दो की “MANUAL PROBE STATION”

दो बोऱी खुऱी ननविदा
TWO BID OPEN TENDER
“MANUAL PROBE STATION” की खरीद के लऱए
FOR PROCUREMENT OF “MANUAL PROBE STATION”
ननविदा संख्या Tender No.: OT-60/MNNIT/CIR/ MANUAL PROBE STATION
Date: 14.06.2014
सेिा में To,
----------------------------------------------------------------------------------------------------------------------------------------विषय: 'दो बोऱी प्रणाऱी' के तहत मुहरबंद ननविदा के लऱए आमंत्रण
Sub: Invitation of Sealed bids under „Two-Bid System’.
वप्रय महोदय Dear Sir
ननदे शक, मोतीऱाऱ नेहरू राष्ट्रीय प्रौद्योगगकी संस्थान इऱाहाबाद, प्रनतष्ष्ट्ित ननमााताओं या उनके अगधकृत भारतीय एजेंट / प्रनतननगधयों से, ननम्नलऱखखत
सामानों की खरीद के लऱए ननविदा दस्तािेज में ददए गए ननयमों और शतों के अनस
ु ार 'दो बोऱी प्रणाऱी' के तहत, मह
ु रबंद ननविदाएं आमंत्रत्रत करते हैं:
Director, Motilal Nehru National Institute of Technology Allahabad invites sealed tenders, as per „Two Bid System‟, from reputed
manufacturers or their authorized Indian Agents/representatives, on the terms and conditions as per tender document, for procurement
of following item(s):
Sl. No. Description of Items (with detailed technical specifications given in CHAPTER-3)
Quantity
1.
MANUAL PROBE STATION
01 No.
[कृऩया संऱग्नक: A ऩष्ट्ृ ि 18/31 ऩर दे खें ; Please refer Annexure: A, Page 18/31]
सभी इच्छुक तथा योग्य/ऩात्र ननविदाकताा/ बोऱीदाता, इस ननविदा दस्तािेज में ददए गए माऩदं ड के अनस
ु ार, अऩनी सिाश्रेष्ट्ि प्रनतस्ऩधी बोलऱयों को प्रस्तुत करने
के लऱए आमंत्रत्रत हैं. कृऩया नीचे ददए गए रूऩ में अऩनी ननविदा/बोऱी को दो भागों में प्रस्तत
ु करें :
All interested eligible tenderers/bidders are invited to submit their best competitive bids as per the criteria given in this tender document.
Kindly submit your bids in two parts as under:
क
ख
तकनीकी बोऱी (भाग -1) सभी तकनीकी जानकारी तथा िाखणष्ययक ननयमों और शतों के साथ , तथा
मूल्य बोऱी (भाग-2), तकनीकी बोऱी में िखणात सब सामानों के मद िार मूल्य के साथ
a) Technical bid (Part-1) consisting of all technical details along with commercial terms and conditions, and
b) Price bid (Part-2) indicating item-wise price for the items mentioned in the technical bid.
मोहरबंद ननविदाएं नीचे ददए गए ऩते ऩर
2014 को 11:00 बजे तक या इससे ऩहऱे ननष्चचत रूऩ से प्रस्तुत की जानी चादहये :
The sealed tenders must be submitted at the address given below, on or before 08 July, 2014 up to 11:00 hours:
संकाय प्रभारी (क्रय) का कायााऱय
मोतीऱाऱ नेहरू राष्ट्रीय प्रौद्योगगकी संस्थान इऱाहाबाद
इऱाहाबाद – 21 1 004
OFFICE of Faculty In-charge (Purchase)
Motilal Nehru National Institute of Technology Allahabad
Allahabad-211004 (U.P.) India
सभी प्राप्त ननविदाओं को ननविदाकतााओ/ं बोऱीदाताओं के उन अगधकृत प्रनतननगधयों की उऩष्स्थनत में
2014 को 11:30 बजे खोऱा जाएगा, जो
प्रक्रक्रया में भाग ऱेंगे तथा अऩनी उऩष्स्थनत के साक्ष्य में एक रष्जस्टर ऩर हस्ताऺर करें गे.
The received tenders will be opened on 08 July, 2014 up to 11:30 hours in the presence of authorized representatives of
tenderers/bidders, who choose to attend and shall sign a register evidencing their attendance.
सारांश / TENDER SUMMARY
Tender Fee:
1000/-
Earnest Money Deposit (EMD) : 2,25,000// Date of commencement of sale of Tender Document: 14-06-2014
/ Last date of sale of Tender Document: : 07-07-2014
/ Pre-bid conference
/ Last date of submission of tenders
/ Technical Bid (Part-1) Opening
/ Price Bid (Part-2) Opening
17.30
/ upto 17.30 Hrs.
नतगथ Date
समय Time
स्थान Venue (at MNNIT Allahabad)
30.06.2014
at 11.30 Hrs.
Institute Conference Room
08.07.2014 upto 11.00 Hrs.
08.07.2014
at 11.30 Hrs.
To be informed later
संकाय प्रभारी (क्रय)
Purchase Office
Institute Conference Room
Institute Conference Room
Faculty In-charge (Purchase)
मोतीऱाऱ नेहरू राष्ट्रीय प्रौद्योगगकी संस्थान इऱाहाबाद Motilal Nehru National Institute of Technology Allahabad
इऱाहाबाद-211 004 Allahabad-211 004
[ 1/31 ]
Tender No. OT-60/MNNIT/CIR/MANUAL PROBE STATION
[ 2/31 ]
Signature (in ink, with date) and Seal of Bidder/Tenderer
Tender No. OT-60/MNNIT/CIR/MANUAL PROBE STATION
CHAPTER-1
INSTRUCTIONS TO BIDDER/TENDERER (ITB)
1.
Eligible Bidders/Tenderers
(i)
(ii)
This Invitation for Bids is open to all suppliers.
Bidders/Tenderers should not be associated, or have been associated in the past, directly or indirectly, with a firm or any of
its affiliates which have been engaged by the Purchaser to provide consulting services for the preparation of the design,
specifications, and other documents to be used for the procurement of the goods to be purchased under this Invitation of Bids.
2.
Cost of Bidding
The Bidder/Tenderer shall bear all costs associated with the preparation and submission of its bid, and “the Purchaser", will in no
case be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.
3.
Fraud and corruption:
(i)
The purchaser requires that the Bidder/Tenderer‟s suppliers and contractors observe the highest standard of ethics during
the procurement and execution of such contracts. In pursuit of this policy, the following are defined:
(a)
“Corrupt practice” means the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to
influence the action of a public official in the procurement process or in contract execution;
(b)
“Fraudulent practice” means a misrepresentation or omission of facts in order to influence a procurement process or
the execution of a contract;
(c)
“Collusive practice” means a scheme or arrangement between two or more bidders/tenderers, with or without the
knowledge of the purchaser, designed to establish bid prices at artificial, noncompetitive levels; and
(d)
“Coercive practice” means harming or threatening to harm, directly or indirectly, persons or their property to
influence their participation in the procurement process or affect the execution of a contract;
(ii)
The purchaser will reject a proposal for award if it determines that the Bidder/Tenderer, recommended for award, has
directly or through an agent, engaged in corrupt, fraudulent, collusive or coercive practices in competing for the Contract.
4.
Cost of Bidding Documents
Interested eligible bidders/tenderers may purchase the bidding documents on payment of the cost of bidding documents as indicated
in the invitation for bids;
OR alternatively, the bidding documents can be downloaded from our website
(http://www.mnnit.ac.in/tenders.html), free of cost.
5.
Content of Bidding Documents
(i)
The goods required, bidding procedures and contract terms are prescribed in the bidding documents which should be read in
conjunction. The bidding documents, apart from the invitation for bids have been divided into Five chapters as under:
Chapter 1
:
Instructions to Bidder/Tenderer (ITB)
Chapter 2
:
General Conditions of Contract (GCC) and Special Conditions of Contract (SCC)
Chapter 3
:
Specific Technical Conditions (STC), Specifications and Compliance Details
(a) SPECIFIC TECHNICAL TERMS & CONDITIONS (STC)
(b) SCOPE OF WORK
(c) ANNEXURE: A Technical Specifications for “Manual Probe Station ”
(d) ANNEXURE: B: COMPLIANCE WITH ANNEXURE: A, as offered by the Bidder
(e) ANNEXURE: C: BIDDER‟s COMPLIANCE STATEMENT FOR STC
Chapter 4
:
Technical bid (Part-1)
(a) Format – A : Check List for Eligibility Criteria
(b) Format – B : Bid Proposal Sheet
(c) Format – C : Bidder‟s Statement
(d) Format – D : Bill Of Material (BOM)
(e) Format – E : Deviation Statement
(f) Format – F : Manufacturers' Authorization Form (MAF)
(g) Format – G : Price Reasonability Certificate
(h) Format – H : Bid Security (BS)/Earnest Money Deposit (EMD) Form
(i) Format – I : Performance Security Form
(j) Format – J : Capability Statement Form
(k) Format – K : Affidavit Regarding Blacklisting/ Non-Blacklisting Firm
(l) Format – L : Custom Duty Exemption Certificate (CDEC)
Chapter 5
:
Price Schedule Forms
(a) Annexure D: Price schedule for goods being offered from India
(b) Annexure E: Price schedule for goods being offered from Abroad
(ii)
The Bidder/Tenderer is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure
to furnish all information required by the bidding documents or submission of a bid not substantially responsive to the bidding
documents in every respect will be at the Bidder/Tenderer's risk and may result in rejection of its bid.
6.
Clarification of bidding documents
A prospective Bidder/Tenderer requiring any clarification of the Bidding Documents shall contact the Purchaser in writing at the
Purchaser‟s address specified in the Special Conditions of Contract (SCC), latest by the date specified in the invitation for Bids/NIT
which would be deliberated as per clause 39 of Instructions to the Bidders/Tenderers.
No request for clarification or query shall be normally entertained after the pre bid conference. Should the Purchaser deem it
necessary to amend the Bidding Documents as a result of a clarification, it shall do so following the procedure under Clause relating
to amendment of bidding documents and Clause relating to Deadline for Submission of Bids. The clarifications and amendments
issued would also be hosted on the website of the MNNIT (http://www.mnnit.ac.in/tenders.html) for the benefit of the other prospective
bidders/tenderers.
7.
Amendment of Bidding Documents
(i)
At any time prior to the deadline for submission of bids, the Purchaser may, for any reason, whether at its own initiative or in
response to a clarification requested by a prospective Bidder/Tenderer, modify the bidding documents by amendment as
enumerated in clause 39 of ITB. These amendments would be hosted ONLY on the website of MNNIT
(http://www.mnnit.ac.in/tenders.html) and all prospective bidders/tenderers are expected to surf the website before submitting
their bids to take cognizance of the amendments.
[ 3/31 ]
Signature (in ink, with date) and Seal of Bidder/Tenderer
Tender No. OT-60/MNNIT/CIR/MANUAL PROBE STATION
(ii)
In order to allow prospective Bidder/Tenderer‟s reasonable time in which to take the amendment into account in preparing their
bids, the Purchaser, at its discretion, may extend the deadline for the submission of bids and host the changes ONLY on the
website of MNNIT (http://www.mnnit.ac.in/tenders.html).
8.
Language of Bid
(i)
The bid prepared by the Bidder/Tenderer shall be written in English language only.
(ii)
The Supplier shall bear all costs of translation, if any, to the English language and all risks of the accuracy of such translation,
for documents provided by the Supplier.
9.
Documents Comprising the Bid
The bid prepared by the Bidder/Tenderer shall include:
(i)
(ii)
(iii)
(iv)
Bid Security (BS)/Earnest Money Deposit (EMD) and Tender fee, as specified in the Invitation to Bids.
Documents establishing goods eligibility & conformity to tender documents, Compliance statements for specifications and STC.
Service support details Form; Deviation Statement Form; Performance Statement Form; Manufacturer‟s Authorization Form etc.
All required documentary evidence establishing that the Bidder/Tenderer is eligible to bid and is qualified to perform the contract
if its bid is accepted.
(v) Bid form and applicable Price Schedule Form.
For further details, please refer CHAPTER-4 and CHAPTER-5 of tender document.
10.
Bid form and price schedule
(i)
The Bidder/Tenderer shall complete the „Bid/Tender Form‟ and the appropriate „Price Schedule Form‟, without any
alterations to its format and no substitutes shall be accepted.
(ii)
All blank spaces shall be filled in with the information requested.
11.
Bid Prices
(i)
The Bidder/Tenderer shall indicate on the appropriate price schedule form, the unit prices and total bid prices of the goods it
proposes to supply under the contract.
(ii)
Prices indicated on the price-schedule form shall be entered separately in the following manner:
(a)
For Goods being offered from India
i.
The price of the goods quoted ex works including taxes already paid.
ii.
VAT and other taxes like excise duty etc. which will be payable on the goods if the contract is awarded.
iii.
The charges for inland transportation, insurance and other local services required for delivering the goods
at the desired destination as specified in the price schedule form.
iv.
The installation, commissioning, training charges
v.
Non comprehensive AMC (Annual Maintenance contract) charges per annum (optional).
(b)
(iii)
(iv)
(v)
(vi)
(vii)
For Goods being offered from abroad
i.
The price of the goods, quoted on FCA (named place delivery abroad) or FOB (named port of shipment),
as specified in the price schedule form.
ii.
The charges for insurance and transportation of the goods to the port/place of destination.
iii.
The agency commission etc., if any.
iv.
The installation, commissioning, training charges
v.
Non comprehensive AMC charges per annum (optional).
The terms FOB, FCA, CIF, CIP etc. shall be governed by the rules prescribed in the current edition of the Incoterms
published by the International Chambers of Commerce, Paris.
Where there is no mention of packing, forwarding, freight, insurance charges, taxes etc. such offer shall be rejected as
incomplete and prices quoted by the Bidder/Tenderer shall be fixed during the Bidder/Tenderer's performance of the
Contract and not subject to variation on any account.
All lots and items must be listed and priced separately in the Price Schedules. If a Price Schedule shows items listed but not
priced, their prices shall be assumed to be included in the prices of other items. Lots or items not listed in the Price
Schedule shall be assumed to be not included in the bid.
The purchases made by the purchaser for scientific purpose are exempt from excise duty and Custom Duty at a
concessional rate is leviable.
The prices quoted by the Bidder/Tenderer shall be fixed during the Bidder/Tenderer‟s performance of the contract and not
subject to variation on any account.
12.
Bid Currencies
Prices shall be quoted in Indian Rupees for offers received for supply within India and in freely convertible foreign currency in case of
offers received for supply from foreign countries.
13.
Documents Establishing Bidder/Tenderer’s Eligibility and qualifications
(i)
The Bidder/Tenderer shall furnish, as part of its bid, documents establishing the bidders/tenderers‟ eligibility to bid and its
qualification to perform the contract if its bid is accepted.
(ii)
The documentary evidence of the bidders/tenderers qualification to perform the contract if the bid is accepted shall establish
to the purchasers satisfaction that;
(a)
The Bidder/Tenderer meets the qualification criteria listed in bidding documents.
(b)
Bidder/Tenderer that doesn‟t manufacture the goods it offers to supply shall submit Manufacturers‟ Authorization
Form (MAF) using the form specified in the bidding document to demonstrate that it has been duly authorized by the
manufacturer of the goods to quote and/or supply the goods.
(c)
In case a Bidder/Tenderer not doing business within the purchasers‟ country, that the Bidder/Tenderer is or will be
represented by an agent in the country equipped and able to carry out the supply, maintenance, repair obligations
etc. during the warranty and post-warranty period or ensure a mechanism at place for carrying out the supply,
maintenance, repair obligations etc. during the warranty and post-warranty period.
(iii) The technical and price bids should be unconditional. Any conditional bids shall stand disqualified
(iv) automatically and no evaluation of technical or price bid shall be admissible
[ 4/31 ]
Signature (in ink, with date) and Seal of Bidder/Tenderer
Tender No. OT-60/MNNIT/CIR/MANUAL PROBE STATION
(v)
14.
All the pages/documents of the Tender should bear the dated signature (in ink) of the bidder/tenderer with stamp of Firm.
Any over-writing corrections & cuttings should bear dated initials of the tenderer. Corrections should be made by writing
again instead of shaping or over-writing.
Bid Security (BS)/Earnest Money Deposit (EMD) (BS)/Earnest Money Deposit (EMD)
(i)
The Bidder/Tenderer shall furnish, as part of its bid, a Bid Security (BS)/Earnest Money Deposit (EMD) (BS)/Earnest Money
Deposit (EMD) for an amount as specified in the Invitation for Bids. In the case of foreign bidders/tenderers, the BS shall be
submitted either by the principal or by the Indian agent and in the case of indigenous bidders/tenderers; the BS shall be
submitted by the manufacturer or their specifically authorized dealer/Bidder/Tenderer.
(ii)
The Bid Security (BS)/Earnest Money Deposit (EMD) is required to protect the Purchaser against the risk of Bidder/Tenderer's
conduct, which would warrant the security's forfeiture.
(iii)
The Bid Security (BS)/Earnest Money Deposit (EMD) shall be in Indian Rupees for offers received for supply within India and
denominated in the currency of the bid or in another freely convertible currency in the case of offers received for supplies from
foreign countries in equivalent Indian Rupees. The Bid Security (BS)/Earnest Money Deposit (EMD) shall be in one of the
following forms at the Bidder/Tenderers‟ option:
(a)
A bank guarantee issued by a Nationalized/Scheduled bank/Foreign Bank in the form provided in the bidding
documents and valid for 45 days beyond the validity of the bid; or
(b)
A Banker‟s cheque or demand draft in favour of the purchaser.
(iv)
BS must be issued in favour of Director, MNNIT Allahabad. The Bid Security (BS)/Earnest Money Deposit (EMD) shall be
payable promptly upon written demand by the purchaser in case the conditions listed in the ITB clause 14(x) are invoked.
(v)
The Bid Security (BS)/Earnest Money Deposit (EMD) should be submitted in its original form. Copies shall not be accepted.
(vi)
Any bid not secured in accordance with above will be rejected by the Purchaser as non-responsive.
(vii)
The Bid Security (BS)/Earnest Money Deposit (EMD) of unsuccessful Bidder/Tenderer will be discharged /returned as promptly
as possible but not later than 15 days after the expiration of the period of bid validity or placement of order whichever is later.
(viii) The successful Bidder/Tenderer's Bid Security (BS)/Earnest Money Deposit (EMD) will be discharged upon the
Bidder/Tenderer furnishing the performance security.
(ix)
The firms registered with DGS&D & NSIC, if any, are exempted from payment of BS provided such registration includes the
item they are offering which are manufactured by them and not for selling products manufactured by other companies.
(x)
The Bid Security (BS)/Earnest Money Deposit (EMD) may be forfeited:
(a)
If a Bidder/Tenderer withdraws or amends or impairs or derogates its bid during the period of bid validity specified by
the Bidder/Tenderer on the Bid Form; or
(b)
In case of a successful Bidder/Tenderer, if the Bidder/Tenderer fails to furnish order acceptance within 15 days of the
order and/or fails to furnish Performance Security within 21 days from the date of contract/ order.
15.
Period of Validity of Bids
(i)
Bids shall remain valid for 120 days after the date of bid opening prescribed by the Purchaser. A bid valid for a shorter period
may be REJECTED by the Purchaser as non-responsive.
(ii)
In exceptional circumstances, the Purchaser may solicit the Bidder/Tenderer's consent to an extension of the period of validity.
The request and the responses thereto shall be made in writing (or by cable, telex, fax or e-mail). The Bid Security (BS)/Earnest
Money Deposit (EMD) provided shall also be suitably extended. A Bidder/Tenderer may refuse the request without forfeiting its
Bid Security (BS)/Earnest Money Deposit (EMD). A Bidder/Tenderer granting the request will not be required nor permitted to
modify its bid.
(iii) Bid evaluation will be based on the bid prices without taking into consideration the above corrections.
16.
Format and Signing of Bid
(i)
The bids MUST be submitted in two parts as specified in the Invitation for Bids.
(ii)
One part shall contain Technical bid comprising all documents listed under clause relating to Documents Comprising the Bid
excepting bid form and price schedules. The other part shall contain the priced-bid comprising bid form and price-schedules.
The Bidder/Tenderer shall prepare two copies of the bid, clearly marking each "Original Bid" and "Copy Bid", as appropriate.
(iii) The original and all copies of the bid shall be typed or written in indelible ink and shall be signed by the Bidder/Tenderer or a
person or persons duly authorized to bind the Bidder/Tenderer to the Contract. All pages of the bid, except for unamended
printed literature, shall be initialed by the person or persons signing the bid.
(iv) Any interlineations, erasures or overwriting shall be valid ONLY if they are initialed by the persons or persons signing the bid.
(v) Bids submitted in a single envelope against the requirement of two bid system would NOT be considered for further evaluation.
(vi) The tender/quotations NOT submitted in the prescribed format or Incomplete in any respect will be outrightly rejected.
17.
Submission
The Bidders/Tenderers may submit their bids by mail or by hand, at the following address:
“OFFICE of Faculty In-charge (Purchase),
Motilal Nehru National Institute of Technology Allahabad, Allahabad-211004 (U.P. INDIA”
18.
Sealing and Marking of Bids
As the Bidders/Tenderers are invited in Tenders in Two Parts, i.e., Part I – Technical and Commercial Bid, and Part II – Price
Bid; all Bidders/Tenderers are requested to follow carefully the following instructions before preparing their offer.
I. Part I: TECHNICAL & COMMERCIAL BID
Part – (a) Technical
(i)
This part should contain detailed specifications of the items quoted by you along with technical literature and leaflets if any.
(ii)
A compliance statement showing the compliance of the item quoted by you with that of item tendered by us should be prepared
and enclosed to this.
(iii) Any other information called for in the tender related technical and commercial specifications can also come in this part.
(iv) Prices SHOULD NOT be indicated in TECHNICAL BID (Part-1).
[ 5/31 ]
Signature (in ink, with date) and Seal of Bidder/Tenderer
Tender No. OT-60/MNNIT/CIR/MANUAL PROBE STATION
Part – (b) Commercial terms : (WITHOUT PRICE)
(i)
The commercial terms applicable for the items quoted by you should be indicated in this part.
(ii)
If any compliance statement is called for the commercial terms/contractual terms and conditions, the same is to be attached
in this part.
(iii) Prices should NOT be indicated in this part. However a copy of the price bid (without prices) can be enclosed in this part to
enable to understand whether all the items required to be quoted by you have been quoted in the price bid. Alternatively a
statement is to be made indicating that you have quoted prices for all the items as per the tender and enclosed in the Price
Bid as per the format.
(iv) The Commercial terms such as delivery terms, delivery period, payment terms, Warranty, validity of the offer, installation &
commissioning, duties and taxes etc., shall come into this.
Note:
1. Either Technical Specifications or terms & conditions as above should be very clearly reflected item-wise with
reference to the items called for in the tender.
2. Please note that the PRICE SHOULD NOT BE indicated in this part.
3. Technical and Commercial part as described above shall be prepared and put it in a sealed cover & marked and
addressed as follows:
Tender No.
Due Date
:
:
.............................................................
.............................................................
PART I
:
TECHNICAL & COMMERCIAL BID (PART-I)
To,
The Faculty In-charge (Purchase)
Motilal Nehru National Institute of Technology Allahabad
Allahabad-211004 (India)
From
:
................................
................................
II. Part II : PRICE BID
(i)
The prices applicable for the items, item-wise in response to the tender shall come into this part.
(ii)
Tenderer shall indicate very clearly item-wise prices with reference to their technical offer.
(iii) Price part prepared as above shall be enveloped and marked as follows:
Tender No.
Due Date
:
:
.............................................................
..........................................................
PART II
:
PRICE BID (PART-II)
To,
The Faculty In-charge (Purchase)
Motilal Nehru National Institute of Technology Allahabad
Allahabad-211004 (India)
From
:
................................
................................
III. These two separate SEALED ENVELOPES containing „Technical & Commercial Bid (Part I)‟ and Price Bid (Part II),
prepared as above along with „Tender fee‟ (if applicable should be inserted in another envelope and marked as follows:
Tender No.
Due Date
:
:
.............................................................
..............................................
PART I & PART II ARE INDIVIDUALLY SEALED AND KEPT INSIDE
(DD towards Tender fee with Covering Letter is also kept inside, in separate envelope)
To,
The Faculty In-charge (Purchase)
Motilal Nehru National Institute of Technology Allahabad
Allahabad-211004 (India)
From
:
................................
................................
IMPORTANT NOTE:
(i)
Being a Two-Part Tender, fax quotations will not be accepted.
(ii)
Please ensure your offers are received before due date and time.
(iii) In case you are going to download the documents from our website (http://www.mnnit.ac.in/tenders.html) and submitting the
offer, you are requested to submit the DD towards Tender fee in a separate envelope along with a covering letter duly
marked on the cover “Tender fee for Tender No. ___________________”.
19.
Deadline for Submission of Bids
(i)
Bids must be received by the Purchaser at the address specified in Invitation for bids no later than the time and date specified
therein. In the event of the specified date for the submission of Bids being declared a holiday for the Purchaser, the Bids will be
received upto the appointed time on the next working day.
(ii)
The Purchaser may, at its discretion, extend the deadline for submission of bids by amending the bid documents in accordance
with Clause relating to Amendment of Bidding Documents in which case all rights and obligations of the Purchaser and
Bidders/Tenderers previously subject to the deadline will thereafter be subject to the deadline as extended.
20.
Late Bids
(i)
Any bid received by the Purchaser after the deadline for submission of bids prescribed by the Purchaser will be rejected.
(ii)
Such tenders shall be marked as late and not considered for further evaluation. They shall not be opened at all and be
returned to the bidders/tenderers in their original envelope without opening.
[ 6/31 ]
Signature (in ink, with date) and Seal of Bidder/Tenderer
Tender No. OT-60/MNNIT/CIR/MANUAL PROBE STATION
21.
Opening of Bids by the Purchaser
(i)
The Purchaser will open all bids one at a time in the presence of Bidder/Tenderers' representatives who choose to attend,
as per the schedule given in invitation for bids. The Bidder/Tenderers' representatives who are present shall sign the
quotation opening sheet evidencing their attendance. In the event of the specified date of Bid opening being declared a
holiday for the Purchaser, the Bids shall be opened at the appointed time and location on the next working day.
(ii)
In two part system, the Price bid shall be opened only for technically acceptable (short listed) bids, found RESPONSIVE
after technical evaluation.
(iii)
Price bids of only short-listed RESPONSIVE bidders/tenderers will be opened in presence of the representatives of the
bidders/tenderers who decide to remain present during the bid opening. The date of opening of the price bid will be
notified on institute website (http://www.mnnit.ac.in/tenders.html).
(iv)
It may be noted that the dates of opening of Technical bid (Part I) and Price bid (Part II) are DIFFERENT.
(v)
Bids that are received late shall not be considered further for evaluation, irrespective of the circumstances.
22.
Confidentiality
(i)
Information relating to the examination, evaluation, comparison, and post qualification of bids, and recommendation of
contract award, shall not be disclosed to bidders/tenderers or any other persons not officially concerned with such process
until publication of the Contract Award.
(ii)
Any effort by a Bidder/Tenderer to influence the Purchaser in the examination, evaluation, comparison, and post
qualification of the bids or contract award decisions may result in the rejection of its Bid.
23.
Clarification of Bids
To assist in the examination, evaluation, comparison and post qualification of the bids, the Purchaser may, at its discretion, ask the
Bidder/Tenderer for a clarification of its bid. The request for clarification and the response shall be in writing and no change in
prices or substance of the bid shall be sought, offered or permitted. However, no negotiation shall be held except with the lowest
Bidder/Tenderer, at the discretion of the purchaser. Any clarification submitted by a Bidder/Tenderer in respect to its bid
which is not in response to a request by the purchaser shall not be considered.
24.
(A.) Preliminary Examination
(i)
The Purchaser shall examine the bids to confirm that all documents and technical documentation requested in ITB Clause 9
have been provided, and to determine the completeness of each document submitted.
(ii)
The Purchaser will examine the technical bids to determine whether they are complete, whether required sureties have been
furnished, whether the documents have been properly signed, and whether the bids are generally in order. The purchaser may
discuss the technical bid with the bidders/tenderers, if required who may modify their bids to suit the requirement. Those whose
technical specification does not reach the threshold level of acceptability will be rejected as technically unsuitable. The
bidders/tenderers who finally emerge as technically acceptable will be allowed to withdraw their price bids and send again a
revised bid in a sealed envelope or to adhere to the original price bid sent. These price bids will be opened, evaluated and the
contract awarded to the lowest evaluated Bidder/Tenderer.
(iii) Undertaking for subsequent submission of any of the above documents will NOT be entertained under any circumstances.
(iv) Bid should be COMPLETE and covering the entire scope of job / supply and should conform to the technical specifications
indicated in the bid documents, duly supported with technical catalogues / literatures wherever required. INCOMPLETE AND
NON-CONFORMING BID WILL BE REJECTED OUTRIGHT.
(v) All pages of bid document, including duly filled in annexure or any other enclosure, must be signed by the bidder or his
authorized representative, as a token of acceptance of all the terms and conditions contained therein.
(vi) The Purchaser will examine the technical bids to determine whether
(a.) They are complete,
(b.) Required sureties have been furnished,
(c.) The documents have been properly signed, and
(d.) The bids are generally in order.
(vii) The bidders/tenderers who finally emerge as technically acceptable RESPONSIVE BIDDERS will be considered for
opening of PRICE BID (Part-2 and will be intimated for the same THROUGH Institute‟s website
http://mnnit.ac.in/tenders.html
As per intimated schedule/program, these PRICE BIDs (Part-2) will be opened, evaluated and the contract will be awarded to
the lowest evaluated (L-1) Bidder/Tenderer.
(B.)
REJECTION CRITERIA
An incomplete and/or ambiguous and/or late response will be summarily rejected.
Offers of following kinds will also be SUMMARILY REJECTED:
25.
i)
Bids of the bidders not fulfilling the eligibility/ pre-qualification conditions given in tender document.
ii)
Bids received without Tender Fees, in case of downloaded tender form.
iii)
Bids received without EMD/Bid Security, duly considering the exemptions offered in Clause 14(ix) of CHAPTER-1: ITB
of tender document.
iv)
Bids not submitted in “Two-Bid System”. Please refer Clause 18 of CHAPTER-1: ITB of tender document for sealing and
marking of bids.
v)
Telex / Telegraphic / Fax / e-Mail / Xerox / Photo copy offers of bids.
vi)
Bids having scanned signature.
vii)
Original bids which are not signed manually with seal.
viii)
If all pages of bid document, including duly filled in annexure or any other enclosure, are NOT SIGNED WITH SEAL by
the bidder or his authorized representative.
ix)
x)
Offers which do not confirm unconditional validity of the bid for 120 days from the date of opening of technical bid (Part-1).
Bids which do not conform to MNNIT’s price bid format, as given in CHAPTER-5: PRICE SCHEDULE FORM of
tender document. (VERY IMPORTANT).
Responsiveness of Bids
(i)
Prior to the detailed evaluation, the purchaser will determine the substantial responsiveness of each bid to the bidding
documents. For purposes of this clause, a substantive responsive bid is one, which conforms to all terms and condition of the
[ 7/31 ]
Signature (in ink, with date) and Seal of Bidder/Tenderer
Tender No. OT-60/MNNIT/CIR/MANUAL PROBE STATION
(ii)
(iii)
bidding documents without material deviations, reservations or omissions. A material deviation, reservation or omission is one
that:
(a) affects in any substantial way the scope, quality, or performance of the Goods and Related Services specified in the
Contract; or
(b) limits in any substantial way, inconsistent with the Bidding Documents, the Purchaser‟s rights or the Bidder/Tenderer‟s
obligations under the Contract; or
(c) if rectified, would unfairly affect the competitive position of other bidders/tenderers presenting substantially responsive
bids.
The purchasers‟ determination of a bid‟s responsiveness is to be based on the contents of the bid itself without recourse to
extrinsic evidence.
If a bid is not substantially responsive, it will be rejected by the Purchaser and may not subsequently be made responsive by
the Bidder/Tenderer by correction of the material deviation, reservation or omission.
26.
Non-Conformity, Error and Omission
(i)
Provided that a Bid is substantially responsive, the Purchaser may waive any non-conformities or omissions in the Bid that do
not constitute a material deviation.
(ii)
Provided that a bid is substantially responsive, the Purchaser may request that the Bidder/Tenderer submit the necessary
information or documentation, within a reasonable period of time, to rectify non-material non-conformities or omissions in the
bid related to documentation requirements. Such omission shall not be related to any aspect of the price of the Bid. Failure of
the Bidder/Tenderer to comply with the request may result in the rejection of its Bid.
(iii)
Provided that the Bid is substantially responsive, the Purchaser shall correct arithmetical errors on the following basis:
(a)
if there is a discrepancy between the unit price and the line item total that is obtained by multiplying the unit price
by the quantity, the unit price shall prevail and the line item total shall be corrected, unless in the opinion of the
Purchaser there is an obvious misplacement of the decimal point in the unit price, in which case the line item total
as quoted shall govern and the unit price shall be corrected;
(b)
if there is an error in a total corresponding to the addition or subtraction of sub-totals, the sub-totals shall prevail
and the total shall be corrected; and
(c)
if, there is a discrepancy between words and figures, the higher of the two would be taken as the bid price, unless
the amount expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail
subject to (a) and (b) above.
(iv)
If the Bidder/Tenderer that submitted the lowest evaluated Bid does not accept the correction of errors, its Bid shall be
disqualified and its Bid Security (BS)/Earnest Money Deposit (EMD) may be forfeited.
27.
Examination of Terms & Conditions, Technical Evaluation
(i)
The Purchaser shall examine the Bid to confirm that all terms and conditions specified in the GCC and the SCC have been
accepted by the Bidder/Tenderer without any material deviation or reservation.
(ii)
The Purchaser shall evaluate the technical aspects of the Bid submitted to confirm that all requirements specified in
Schedule of Requirements and Technical Specifications of the Bidding Documents have been met without any material
deviation or reservation.
(iii)
If, after the examination of the terms and conditions and the technical evaluation, the Purchaser determines that the Bid is
not substantially responsive in accordance with ITB Clause 25, it shall reject the Bid.
28.
Conversion to Single Currency
To facilitate evaluation and comparison, the Purchaser will convert all bid prices expressed in the amounts in various currencies in
which the bid prices are payable to Indian Rupees at the selling exchange rate established by Reserve Bank of India on its
website, on the date of bid opening .
29.
Evaluation and comparison of bids
(i)
The Purchaser shall evaluate each bid that has been determined, up to this stage of the evaluation, to be substantially
responsive.
(ii)
To evaluate a Bid, the Purchaser shall only use all the factors, methodologies and criteria defined below. No other criteria
or methodology shall be permitted.
(iii)
The bids shall be evaluated on the following basis which shall be arrived as under:
For goods being offered from India.
a.
The price of the goods quoted ex-works.
b. VAT and other taxes like excise duty etc. which will be payable on the goods if the contract is awarded.
c.
Charges for inland transportation, insurance and other local services required for delivering the goods at the desired
destination.
d. The installation, commissioning, training charges.
e.
Non comprehensive AMC charges per annum for a period of 05 years (optional).
For goods being offered from Abroad
The price of the goods, quoted on FCA (named place of delivery abroad) or FOB (named port of shipment), as
specified in the Price Schedule Form.
b. The agency commission etc., if any.
c.
The installation, commissioning, training charges
d. Non comprehensive AMC charges per annum for a period of 05 years (optional).
The comparison between the indigenous and the foreign offers shall be made on FOR destination basis and FOB/FCA basis
respectively including the transportation, insurance, installation, commissioning and training charges.
Note: Where there is no mention of packing, forwarding, freight, transportation, insurance charges, taxes etc.
such offers shall be REJECTED as incomplete.
The insurance and freight charges being obtained by the Bidder/Tenderer is purely for the purpose of academic interest only.
a.
(iv)
(v)
30.
Contacting the Purchaser
(i)
Subject to Clause 23, no Bidder/Tenderer shall contact the Purchaser on any matter relating to its bid, from the time of the
bid opening to the time the Contract is awarded.
(ii)
Any effort by a Bidder/Tenderer to influence the Purchaser in its decisions on bid evaluation, bid comparison or contract
award may result in rejection of the Bidder/Tenderer's bid.
[ 8/31 ]
Signature (in ink, with date) and Seal of Bidder/Tenderer
Tender No. OT-60/MNNIT/CIR/MANUAL PROBE STATION
31.
Post qualification
(i)
In the absence of pre-qualification, the Purchaser will determine to its satisfaction whether the Bidder/Tenderer that is selected
as having submitted the lowest evaluated responsive bid is qualified to perform the contract satisfactorily, in accordance with
the criteria listed in ITB Clause 13.
(ii)
The determination will take into account the eligibility criteria listed in the bidding documents and will be based upon an
examination of the documentary evidence of the Bidder/Tenderer‟s qualifications submitted by the Bidder/Tenderer, as well as
such other information as the Purchaser deems necessary and appropriate.
(iii)
An affirmative determination will be a prerequisite for award of the contract to the Bidder/Tenderer. A negative determination
will result in rejection of the Bidder/Tenderer‟s bid.
32.
Negotiations
There shall not be any negotiation normally. Negotiations, if at all, shall be an exception and only in the case of items with limited
source of supply. Negotiations shall be held with the lowest evaluated responsive Bidder/Tenderer. Counter offers tantamount to
negotiations and shall be treated at par with negotiations.
33.
Award Criteria
Subject to ITB Clause 34 the Purchaser will award the contract to the successful Bidder/Tenderer whose bid has been determined to
be substantially responsive and has been determined to be the lowest evaluated bid, provided further that the Bidder/Tenderer is
determined to be qualified to perform the contract satisfactorily.
34.
Purchaser's right to accept Any Bid and to reject any or All Bids
The Purchaser reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time prior to
award of Contract, without thereby incurring any liability to the affected Bidder/Tenderer or Bidders/Tenderers.
35.
Notification of Award
(i)
Prior to the expiration of the period of bid validity, the Purchaser will notify the successful Bidder/Tenderer in writing by
registered letter or by cable or telex or fax or e-mail that the bid has been accepted by way of a purchase order/contract.
(ii)
Until a formal contract is prepared and executed, the notification of award should constitute a binding contract.
(iii)
Upon the successful Bidder/Tenderer‟s furnishing of the signed Contract Form and performance security pursuant to ITB
Clause 37, the Purchaser will promptly notify each unsuccessful Bidder/Tenderer and will discharge its Bid Security
(BS)/Earnest Money Deposit (EMD).
36.
Signing of Contract / Order Acceptance
(i)
Promptly after notification, the Purchaser shall send the successful Bidder/Tenderer the Agreement / Purchase Order for
signatures which should be returned within 21 days.
(ii)
The successful Bidder/Tenderer should submit Order acceptance within 15 days from the date of issue of purchase order,
/ submit the signed version of the contract failing which it shall be presumed that the vendor is not interested and his Bid
Security (BS)/Earnest Money Deposit (EMD) is liable to be forfeited pursuant to clause 14(x) of ITB.
37.
Performance Security (PS)
(i)
Within 21 days of receipt of the notification of Award / Purchase Order / Agreement, the Supplier shall furnish performance
security in the amount specified in SCC, valid till 60 days after the warranty period. Alternatively, the PS may also be
submitted at the time of release of final payment in cases where part payment is made against delivery & part on
installation. The PS, where applicable, shall be submitted in advance for orders where full payment is to be made on
Letter of Credit (LC) or on delivery. In this case, submission of Performance Security at the time of negotiation of
documents through Bank would be stipulated as a condition in the LC.
(ii)
The proceeds of the performance security shall be payable to the Purchaser as compensation for any loss resulting from
the Supplier's failure to complete its obligations under the Contract.
(iii)
The Performance Security shall be denominated in Indian Rupees for the offers received for supplies within India and
denominated in the currency of the contract in the case of offers received for supply from foreign countries.
(iv)
In the case of imports, the PS may be submitted either by the principal or by the Indian agent and, in the case of purchases
from indigenous sources, the PS may be submitted by either the manufacturer or their dealer/Bidder/Tenderer.
(v)
The Performance security shall be in one of the following forms:
(a)
A Bank guarantee issued by a Nationalized/Scheduled bank located in India or a bank located abroad in the
form provided in the bidding documents.
OR
(b)
A Banker‟s cheque or Account Payee demand draft in favour of the purchaser.
(vi)
The performance security will be discharged by the Purchaser and returned to the Supplier not later than 60 days following
the date of completion of the Supplier's performance obligations, including any warranty obligations, unless specified
otherwise in SCC.
(vii)
In the event of any contract amendment, the supplier shall, within 21 days of receipt of such amendment, furnish the
amendment to the performance security, rendering the same valid for the duration of the contract, as amended for further
period of 60 days thereafter.
(viii) The order confirmation should be received within 15 days from the date of notification of award/purchase order.
38.
Purchaser’s right to vary quantities at the time of award
The Purchaser reserves the right at the time of award of Contract to increase or decrease the quantity of goods and services
originally specified in the Schedule of Requirements without any change in unit price or other terms and conditions.
39.
Pre bid conference
A pre bid conference shall be held as indicated in invitation to bid. All prospective bidders/tenderers are requested to kindly attend
the pre-bid conference. In order to facilitate MNNIT for proper conduct of the Pre-bid conference, all prospective bidders/tenderers
are requested to kindly submit their queries (With envelope bearing Tender No. and date on top and marked “Queries for Pre-Bid
Conference”/OR by email with subject “Queries for Pre-Bid Conference”) so as to reach MNNIT as indicated in invitation to bid.
MNNIT shall answer the queries during the pre-bid conference, which would become a part of the proceedings of the pre-bid
conference, and all the participating bidders/tenderers shall sign the same. These proceedings will become a part of clarifications/
amendments to the bidding documents and would become binding on all the prospective bidders/tenderers. These proceedings
would also be hosted on MNNIT website (http://www.mnnit.ac.in/tenders.html) for the benefit of all the prospective
bidders/tenderers. Before submitting their bids, all prospective bidders/tenderers are advised to surf through the MNNIT website
after the Pre-bid Conference, in order to enable the make cognizance of the changes made in the bidding document.
[ 9/31 ]
Signature (in ink, with date) and Seal of Bidder/Tenderer
Tender No. OT-60/MNNIT/CIR/MANUAL PROBE STATION
CHAPTER-2
CONDITIONS OF CONTRACT
(A.)
GENERAL CONDITIONS OF CONTRACT (GCC)
1.
Definitions
In this Contract, the following terms shall be interpreted as indicated:
The following words and expressions shall have the meanings hereby assigned to them:
(i)
“Contract” means the Contract Agreement entered into between the Purchaser and the Supplier, together with the
Contract Documents referred to therein, including all attachments, appendices, and all documents incorporated by reference
therein.
(ii)
“Contract Documents” means the documents listed in the Contract Agreement, including any amendments thereto.
(iii)
“Contract Price” means the price payable to the Supplier as specified in the Contract Agreement, subject to such additions
and adjustments thereto or deductions there from, as may be made pursuant to the Contract.
(iv)
“Day” means calendar day.
(v)
“Completion” means the fulfillment of the Related Services by the Supplier in accordance with the terms and conditions set
forth in the Contract.
(vi)
“GCC” means the General Conditions of Contract.
(vii)
“Goods” means all of the commodities, raw material, machinery and equipment, and/or other materials that the Supplier is
required to supply to the Purchaser under the Contract.
(viii) “Related Services” means the services incidental to the supply of the goods, such as transportation, insurance,
installation, training and initial maintenance and other such obligations of the Supplier under the Contract.
(ix)
“SCC” means the Special Conditions of Contract.
(x)
“Subcontractor” means any natural person, private or government entity, or a combination of the above, to whom any part
of the Goods to be supplied or execution of any part of the Related Services is subcontracted by the Supplier.
(xi)
“Supplier” means the natural person, private or government entity, or a combination of the above, whose bid to perform
the Contract has been accepted by the Purchaser and is named as such in the Contract Agreement.
(xii)
Institute means Motilal Nehru National Institute of Technology, Allahabad.
(xiii) “The final destination,” where applicable, means the place named MNNIT Allahabad.
2.
Contract Documents
Subject to the order of precedence set forth in the Contract Agreement, all documents forming the Contract (and all parts thereof)
are intended to be correlative, complementary, and mutually explanatory. The Contract Agreement shall be read as a whole.
3.
Fraud and corruption:
(i)
The purchaser requires that the bidder‟s suppliers and contractors observe the highest standard of ethics during the
procurement and execution of such contracts. In pursuit of this policy, the following are defined:
(a)
“Corrupt practice” means the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to
influence the action of a public official in the procurement process or in contract execution;
(b)
“Fraudulent practice” means a misrepresentation or omission of facts in order to influence a procurement process
or the execution of a contract;
(c)
“Collusive practice” means a scheme or arrangement between two or more bidders, with or without the knowledge
of the purchaser, designed to establish bid prices at artificial, noncompetitive levels; and
(d)
“Coercive practice” means harming or threatening to harm, directly or indirectly, persons or their property to
influence their participation in the procurement process or affect the execution of a contract;
(ii)
The purchaser will reject a proposal for award if it determines that the Bidder recommended for award has, directly or
through an agent, engaged in corrupt, fraudulent, collusive or coercive practices in competing for the Contract in question;
4.
Joint Venture, Consortium or Association
If the Supplier is a joint venture, consortium, or association, all of the parties shall be jointly and severally liable to the Purchaser
for the fulfillment of the provisions of the Contract and shall designate one party to act as a leader with authority to bind the joint
venture, consortium, or association. The composition or the constitution of the joint venture, consortium, or association shall not
be altered without the prior consent of the Purchaser.
5.
Scope of Supply
The Goods and Related Services to be supplied shall be as specified in chapter 3 (B).
6.
Suppliers’ Responsibilities
The Supplier shall supply all the Goods and Related Services included in the Scope of Supply in accordance with Scope of
Supply Clause of the GCC, and the Delivery and Completion Schedule, as per GCC Clause relating to delivery and document.
7.
Contract price
Prices charged by the Supplier for the Goods supplied and the Related Services performed under the Contract shall not vary from
the prices quoted by the Supplier in its bid.
8.
Copy Right
The copyright in all drawings, documents, and other materials containing data and information furnished to the Purchaser by the
Supplier herein shall remain vested in the Supplier, or, if they are furnished to the Purchaser directly or through the Supplier by
any third party, including suppliers of materials, the copyright in such materials shall remain vested in such third party
9.
Application
These General Conditions shall apply to the extent that they are not superseded by provisions in other parts of the Contract.
10.
Standards
The Goods supplied and services rendered under this Contract shall conform to the standards mentioned in the Technical
Specifications and Schedule of Requirements, and, when no applicable standard is mentioned, to the authoritative standard
appropriate to the Goods' country of origin and such standards shall be the latest issued by the concerned institution.
[ 10/31 ]
Signature (in ink, with date) and Seal of Bidder/Tenderer
Tender No. OT-60/MNNIT/CIR/MANUAL PROBE STATION
11.
Use of Contract Documents and Information
(i)
The Supplier shall not, without the Purchaser's prior written consent, disclose the Contract, or any provision thereof, or any
specification, plan, drawing, pattern, sample or information furnished by or on behalf of the Purchaser in connection
therewith, to any person other than a person employed by the Supplier in performance of the Contract. Disclosure to any
such employed person shall be made in confidence and shall extend only so far, as may be necessary for purposes of
such performance.
(ii)
The Supplier shall not, without the Purchaser's prior written consent, make use of any document or information
enumerated above except for purposes of performing the Contract.
(iii)
Any document, other than the Contract itself, enumerated above shall remain the property of the Purchaser and shall be
returned (in all copies) to the Purchaser on completion of the Supplier's performance under the Contract if so required by
the Purchaser.
12.
Patent Indemnity
(i)
The Supplier shall, subject to the Purchaser‟s compliance with GCC Sub-Clause12(ii), indemnify and hold harmless the
Purchaser and its employees and officers from and against any and all suits, actions or administrative proceedings,
claims, demands, losses, damages, costs, and expenses of any nature, including attorney‟s fees and expenses, which the
Purchaser may suffer as a result of any infringement or alleged infringement of any patent, utility model, registered design,
trademark, copyright, or other intellectual property right registered or otherwise existing at the date of the Contract by
reason of:
(a)
the installation of the Goods by the Supplier or the use of the Goods in India;
(b)
the sale in any country of the products produced by the Goods.
(ii)
If any proceedings are brought or any claim is made against the Purchaser, the Purchaser shall promptly give the Supplier
a notice thereof, and the Supplier may at its own expense and in the Purchaser‟s name conduct such proceedings or claim
and any negotiations for the settlement of any such proceedings or claim.
13.
Performance Security (PS)
(i)
Within 21 days of receipt of the notification of Award / Purchase Order / Agreement, the Supplier shall furnish performance
security in the amount specified in SCC, valid till 60 days after the warranty period. The PS, where applicable, shall be
submitted in advance for orders where full payment is to be made on Letter of Credit (LC) or on delivery. In this case,
submission of PS at the time of negotiation of documents through Bank would be stipulated as a condition in the LC.
(ii)
The proceeds of the performance security shall be payable to the Purchaser as compensation for any loss resulting from
the Supplier's failure to complete its obligations under the Contract.
(iii)
The Performance Security shall be denominated in Indian Rupees for the offers received for supplies within India and
denominated in the currency of the contract in the case of offers received for supply from foreign countries.
(iv)
In the case of imports, the PS may be submitted either by the principal or by the Indian agent and, in the case of
purchases from indigenous sources, the PS may be submitted by either the manufacturer or their dealer/bidder.
(v)
The Performance security shall be in one of the following forms:
(a)
A Bank guarantee issued by a Nationalized/Scheduled bank located in India or a bank located abroad in the form
provided in the bidding documents. Or
(b)
A Banker‟s cheque or Account Payee demand draft in favour of the purchaser.
(vi)
The performance security will be discharged by the Purchaser and returned to the Supplier not later than 60 days following
the date of completion of the Supplier's performance obligations, including any warranty obligations, unless specified
otherwise in SCC.
(vii)
In the event of any contract amendment, the supplier shall, within 21 days of receipt of such amendment, furnish the
amendment to the performance security, rendering the same valid for the duration of the contract, as amended for further
period of 60 days thereafter.
(viii) The order confirmation should be received within 15 days from the date of notification of award/purchase order.
14.
Inspections and Tests
The Supplier shall at its own expense and at no cost to the Purchaser carry out all such tests and/or inspections of the Goods and
Related Services as are specified in Chapter 3.
15.
Packing
(i)
The Supplier shall provide such packing of the Goods as is required to prevent their damage or deterioration during transit
to their final destination as indicated in the price schedule form/Contract. The packing shall be sufficient to withstand,
without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit
and open storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the
Goods' final destination and the absence of heavy handling facilities at all points in transit.
(ii)
The packing, marking and documentation within and outside the packages shall comply strictly with such special
requirements as shall be provided for in the Contract including additional requirements, if any, specified in SCC and in any
subsequent instructions ordered by the Purchaser.
16.
Delivery and Documents
(i)
Delivery of the Goods and completion and related services shall be made by the Supplier in accordance with the terms
specified by the Purchaser in the contract. The details of shipping and/or other documents to be furnished by the supplier
are specified in SCC.
(ii)
The terms FOB, FCA, CIF, CIP etc shall be governed by the rules prescribed in the current edition of the Incoterms
published by the International Chambers of Commerce, Paris.
(iii)
The mode of transportation shall be as specified in SCC.
(iv)
Delivery Schedule:
The Purchaser requires that the goods/service under the Invitation for Bids shall be delivered at the time specified in the
Schedule of Requirements. The estimated time of arrival of the goods/service at the project site should be calculated for each
bid after allowing for reasonable transportation time. Treating the date as per schedule of requirements as the base, a delivery
"adjustment" will be calculated for other bids at 2% of the ex-factory price including excise duty for each month of delay
beyond the base and this will be added to the bid price for evaluation. No credit will be given to earlier deliveries and bids
offering delivery beyond 6 weeks of stipulated delivery period will be treated as non-responsive.
[ 11/31 ]
Signature (in ink, with date) and Seal of Bidder/Tenderer
Tender No. OT-60/MNNIT/CIR/MANUAL PROBE STATION
17.
Insurance
(i)
Should the purchaser elect to buy on CIF/CIP basis, the Goods supplied under the Contract shall be fully insured in Indian
Rupees against any loss or damage incidental to manufacture or acquisition, transportation, storage and delivery in the
manner specified in SCC.
(ii)
Where delivery of the goods is required by the purchaser on CIF or CIP basis the supplier shall arrange and pay for Cargo
Insurance, naming the purchaser as beneficiary, initiate & pursue claims till settlement, on the event of any loss or damage.
(iii)
Where delivery is on FOB or FCA basis, insurance would be the responsibility of the purchaser.
(iv)
With a view to ensure that claims on insurance companies, if any, are lodged in time, the bidders and /or the Indian agent, if
any, shall be responsible for follow up with their principals for ascertaining the dispatch details and informing the same to the
Purchaser and he shall also liaise with the Purchaser to ascertain the arrival of the consignment after customs clearance so
that immediately thereafter in his presence the consignment could be opened and the insurance claim be lodged, if required,
without any loss of time. Any delay on the part of the bidder/Indian Agent would be viewed seriously and he shall be directly
responsible for any loss sustained by the purchaser on the event of the delay.
18.
Transportation
(v)
Where the Supplier is required under the Contract to deliver the Goods FCA, transport of the Goods and delivery into the
custody of the carrier at the place named by the Purchaser or other agreed point shall be arranged and paid for by the
Supplier, and the cost thereof shall be included in the Contract price.
(vi)
Where the Supplier is required under the Contract to deliver the Goods CIF or CIP, transport of the Goods to the port of
destination or such other named place of destination in the Purchaser‟s country, as shall be specified in the Contract, shall be
arranged and paid for by the Supplier, and the cost thereof shall be included in the Contract Price.
(vii)
In the case of supplies from within India, where the Supplier is required under the Contract to transport the Goods to a
specified destination in India, defined as the Final Destination, transport to such destination, including insurance and storage,
as specified in the Contract, shall be arranged by the Supplier, and the related costs shall be included in the Contract Price.
19.
Incidental Services
The supplier may be required to provide any or all of the services, as discussed during the course of finalizing the contract.
20.
Spare Parts
The Supplier shall be required to provide any or all of the following materials, notifications, and information pertaining to spare parts
manufactured or distributed by the Supplier:
(i)
Such spare parts as the Purchaser may elect to purchase from the Supplier, providing that this election shall not relieve the
Supplier of any warranty obligations under the Contract; and
(ii)
In the event of termination of production of the spare parts:
(a)
Advance notification to the Purchaser of the pending termination, in sufficient time to permit the Purchaser to procure
needed requirements; and
(b)
Following such termination, furnishing at no cost to the Purchaser, the blueprints, drawings and specifications of the
spare parts, if requested.
21.
Warranty
(viii)
The Supplier warrants that all the Goods are new, unused, and of the most recent or current models, and that they
incorporate all recent improvements in design and materials, unless provided otherwise in the Contract.
(ix)
The Supplier further warrants that the Goods shall be free from defects arising from any act or omission of the Supplier or
arising from design, materials, and workmanship, under normal use in the conditions prevailing in India.
(x)
Unless otherwise specified in the SCC, the warranty shall remain valid for twelve (12) months after the Goods, or any portion
thereof as the case may be, have been delivered to and accepted at the final destination indicated in the SCC, or for eighteen
(18) months after the date of shipment from the port or place of loading in the country of origin, whichever period concludes
earlier.
(xi)
The Purchaser shall give notice to the Supplier stating the nature of any such defects together with all available evidence
thereof, promptly following the discovery thereof. The Purchaser shall afford all reasonable opportunity for the Supplier to
inspect such defects.
(xii)
Upon receipt of such notice, the Supplier shall, within a reasonable period of time expeditiously repair or replace the defective
Goods or parts thereof, at no cost to the Purchaser.
(xiii)
If having been notified, the Supplier fails to remedy the defect within a reasonable period of time; the Purchaser may proceed
to take within a reasonable period such remedial action as may be necessary, at the Supplier‟s risk and expense and without
prejudice to any other rights which the Purchaser may have against the Supplier under the Contract.
22.
Terms of Payment
(xiv) The method and conditions of payment to be made to the Supplier under this Contract shall be as specified in the SCC.
(xv)
The Supplier's request(s) for payment shall be made to the Purchaser in writing, accompanied by an invoice describing, as
appropriate, the Goods delivered and the Services performed, Acceptance Certificate and by documents, submitted pursuant
to Delivery and document Clause of the GCC and upon fulfillment of other obligations stipulated in the contract.
(xvi) Payments shall be made promptly by the Purchaser but in no case later than thirty (30) days after successful demonstration,
installation/training.
(xvii) Payment shall be made in currency as indicated in the contract.
(xviii) Deviation in Payment Schedule:
The General Conditions of Contract (GCC) stipulate the payment schedule offered by the Purchaser. If a bid deviates from the
schedule and if such deviation is considered acceptable to the Purchaser, the bid will be evaluated by calculating interest
earned for any earlier payments involved in the terms outlined in the bid as compared to those stipulated in this invitation, at a
SBI rate of interest 12 percent per annum.
23.
Custom Clearance:
(i)
After arrival of the goods at New Delhi Airport, Indian agent or Indian subsidiary of the principal firm is solely responsible for
getting the material clearance from customs. Institute will provide all custom documents for custom clearance on the demand
of agent/Firm. Transportation from New Delhi to MNNIT Allahabad, Allahabad is also the responsibility of authorized agent. All
charges/ expenses incurred in this process will be reimbursed to firm after submitting the bill along with documentary proof in
original. Please note that the freight forwarder or clearing agent should be approved from IATA. NO DEMURRAGE /
WHARFAGE CHARGES WILL BE PAYABLE BY THE INSTITUTE UNDER ANY CIRCUMSTANCES. NO ADVANCE
PAYMENT WILL BE PAYABLE FOR CUSTOM CLEARANCE/ FREIGHT / INSURANCE ETC. The certificate to this effect
[ 12/31 ]
Signature (in ink, with date) and Seal of Bidder/Tenderer
Tender No. OT-60/MNNIT/CIR/MANUAL PROBE STATION
will also be provided that the rates charged are as per IATA, FIATA and does not contain any item other than ordered by the
Institute.
(ii)
Custom/Excise Duty Exemption Certificate will be provided by MNNIT Allahabad after receiving your request letter
for the same. MNNIT Allahabad avails Custom Duty Exemption in terms of Government Notification N. 51/96-Customs dated
23 July, 1996, and Central Excise Duty Exemption in terms of Government Notification N. 10/97-Central Excise dated 01
March, 1997, as amended from time to time. (Certificate enclosed at FORMAT-L)
(iii)
Change Orders and Contract Amendments.
(xix)
The Purchaser may at any time, by written order given to the Supplier pursuant to Clause on Notices of the GCC make
changes within the general scope of the Contract in any one or more of the following:
(c)
Drawings, designs, or specifications, where Goods to be furnished under the Contract are to be specifically
manufactured for the Purchaser;
(d)
The place of delivery; and/or
(e)
The Services to be provided by the Supplier.
(f)
The delivery schedule.
(xx)
If any such change causes an increase or decrease in the cost of, or the time required for, the Supplier's performance of any
provisions under the Contract, an equitable adjustment shall be made in the Contract Price or delivery schedule, or both, and
the Contract shall accordingly be amended. Any claims by the Supplier for adjustment under this clause must be asserted
within fifteen (15) days from the date of the Supplier's receipt of the Purchaser's change order.
(xxi)
No variation or modification in the terms of the contract shall be made except by written amendment signed by the parties.
(iv)
Assignment
The Supplier shall not assign, in whole or in part, its obligations to perform under the Contract, except with the Purchaser's prior
written consent.
(v)
Subcontracts
The Supplier shall notify the Purchaser in writing of all subcontracts awarded under this Contract if not already specified in the bid.
Such notification, in the original bid or later, shall not relieve the Supplier from any liability or duties or obligation under the Contract.
(vi)
Extension of time
(xxii) Delivery of the Goods and performance of the Services shall be made by the Supplier in accordance with the time schedule
specified in the contract.
(xxiii) If at any time during performance of the Contract, the Supplier or its subcontractor(s) should encounter conditions impeding
timely delivery of the Goods and performance of Services, the Supplier shall promptly notify the Purchaser in writing of the fact
of the delay, its likely duration and its cause(s . As soon as practicable after receipt of the Supplier‟s notice, the Purchaser
shall evaluate the situation and may, at its discretion, extend the Supplier‟s time for performance with or without penalty, in
which case the extension shall be ratified by the parties by amendment of the Contract.
(xxiv) Except as provided under the Force Majeure clause of the GCC, a delay by the Supplier in the performance of its delivery
obligations shall render the Supplier liable to the imposition of penalty pursuant to Penalty Clause of the GCC unless an
extension of time is agreed upon pursuant to above clause without the application of penalty clause.
(vii)
Penalty clause
Subject to GCC Clause on Force Majeure, if the Supplier fails to deliver any or all of the Goods or to perform the Services within the
period(s) specified in the Contract, the Purchaser shall, without prejudice to its other remedies under the Contract, deduct from the
Contract Price, as penalty, a sum equivalent to 0.5 percent of the delivered Contract value for each week or part thereof of delay until
actual delivery or performance, up to a maximum deduction of 10 Percent of the Contract value. Once the maximum is reached, the
Purchaser may consider termination of the Contract pursuant to GCC Clause on Termination for Default.
(viii)
Termination for Default
(xxv) The Purchaser may, without prejudice to any other remedy for breach of contract, by written notice of default sent to the
Supplier, terminate the Contract in whole or part
(g)
If the Supplier fails to deliver any or all of the Goods within the period(s) specified in the contract, or within any
extension thereof granted by the Purchaser pursuant to GCC Clause on Extension of Time; or
(h)
If the Supplier fails to perform any other obligation(s) under the Contract.
(i)
If the Supplier, in the judgment of the Purchaser has engaged in corrupt or fraudulent or collusive or coercive
practices as defined in GCC Clause on Fraud or Corruption in competing for or in executing the Contract.
(xxvi) In the event the purchaser terminates the contract in whole or in part, he may take recourse to any one or more of the
following action:
(j)
the Performance Security is to be forfeited;
(k)
the purchaser may procure, upon such terms and in such manner as it deems appropriate, stores similar to those
undelivered, and the supplier shall be liable for all available actions against it in terms of the contract.
(l)
however, the supplier shall continue to perform the contract to the extent not terminated.
(ix)
Force Majeure
(xxvii) Notwithstanding the provisions of GCC Clauses relating to extension of time, penalty and Termination for Default the Supplier
shall not be liable for forfeiture of its performance security, liquidated damages or termination for default, if and to the extent
that, its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force
Majeure.
(xxviii) For purposes of this Clause, “Force Majeure” means an event or situation beyond the control of the Supplier that is not
foreseeable, is unavoidable, and its origin is not due to negligence or lack of care on the part of the Supplier. Such events
may include, but not be limited to, acts of the Purchaser in its sovereign capacity, wars or revolutions, fires, floods, epidemics,
quarantine restrictions, and freight embargoes.
(xxix) If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing of such conditions and the cause
thereof within 21 days of its occurrence. Unless otherwise directed by the Purchaser in writing, the Supplier shall continue to
perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for
performance not prevented by the Force Majeure event.
(xxx) If the performance in whole or in part or any obligations under the contract is prevented or delayed by any reason of force
majeure for a period exceeding 60 days, either party may at its option terminate the contract without any financial
repercussions on either side.
[ 13/31 ]
Signature (in ink, with date) and Seal of Bidder/Tenderer
Tender No. OT-60/MNNIT/CIR/MANUAL PROBE STATION
(x)
Termination for Convenience
The Purchaser, by written notice sent to the Supplier, may terminate the Contract, in whole or in part, at any time for its
convenience. The notice of termination shall specify that termination is for the Purchaser's convenience, the extent to which
performance of the Supplier under the Contract is terminated, and the date upon which such termination becomes effective.
(xi)
Settlement of Disputes
(xxxi) The Purchaser and the supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or
dispute arising between them under or in connection with the Contract.
(xxxii) If, after twenty-one (21) days, the parties have failed to resolve their dispute or difference by such mutual consultation, then
either the Purchaser or the Supplier may give notice to the other party of its intention to commence arbitration, as hereinafter
provided, as to the matter in dispute, and no arbitration in respect of this matter may be commenced unless such notice is
given. Any dispute or difference in respect of which a notice of intention to commence arbitration has been given in
accordance with this Clause shall be finally settled by arbitration. Arbitration may be commenced prior to or after delivery of
the Goods under the Contract.
(xxxiii) The dispute settlement mechanism/arbitration proceedings shall be concluded as under:
In case of Dispute or difference arising between the Purchaser and a domestic supplier relating to any matter arising
out of or connected with this agreement, such disputes or difference shall be settled in accordance with the Indian
Arbitration & Conciliation Act, 1996, the rules there under and any statutory modifications or re-enactments thereof shall
apply to the arbitration proceedings. The dispute shall be referred to the Director MNNIT Allahabad and if he is unable
or unwilling to act, to the sole arbitration of some other person appointed by him willing to act as such Arbitrator. The
award of the arbitrator so appointed shall be final, conclusive and binding on all parties to this order.
(xxxiv) The venue of the arbitration shall be the place from where the purchase order/contract is issued.
(xxxv) Notwithstanding any reference to arbitration herein,
(m) the parties shall continue to perform their respective obligations under the Contract unless they otherwise agree; (b)
the Purchaser shall pay the Supplier any monies due the Supplier.
(xii)
Governing Language
The contract shall be written in English language which shall govern its interpretation. All correspondence and other documents
pertaining to the Contract, which are exchanged by the parties, shall be written in the English language only.
(xiii)
Applicable Law
The Contract shall be interpreted in accordance with the laws of the Union of India and all disputes shall be subject to place of
jurisdiction as specified in SCC.
(xiv)
Notices
(xxxvi) Any notice given by one party to the other pursuant to this contract/order shall be sent to the other party in writing or by cable,
telex, FAX or e mail and confirmed in writing to the other party‟s address specified in the SCC.
(xxxvii) A notice shall be effective when delivered or on the notice‟s effective date, which-ever is later.
(xv)
Taxes and Duties
(xxxviii) For goods manufactured outside India, the Supplier shall be entirely responsible for all taxes, stamp duties, license fees, and
other such levies imposed outside India.
(xxxix) For goods Manufactured within India, the Supplier shall be entirely responsible for
all taxes, duties, license fees, etc., incurred till its final manufacture/production.
(xl)
If any tax exemptions, reductions, allowances or privileges may be available to the Supplier in India, the Purchaser shall make
its best efforts to enable the Supplier to benefit from any such tax savings to the maximum allowable extent.
(xvi)
Right to use Defective Goods
If after delivery, acceptance, installation and within the guarantee and warranty period, the operation or use of the goods proves to
be unsatisfactory, the Purchaser shall have the right to continue to operate or use such goods until rectifications of defects, errors
or omissions by repair or by partial or complete replacement is made without interfering with the Purchaser‟s operation.
(xvii)
Protection against Damage
The system shall not be proned to damage during power failures and trip outs, etc. as per SCC. The normal voltage and frequency
conditions available at site as:
(a)
Voltage 230 volts – Single phase/ 415 V 3 phase (± 10%)
(b)
Frequency 50 Hz. (±10%)
(xviii) Site preparation and installation
The Purchaser is solely responsible for the construction of the equipment sites in compliance with the technical and environmental
specifications defined by the Supplier. The Purchaser will designate the installation sites before the scheduled installation date to
allow the Supplier to perform a site inspection to verify the appropriateness of the sites before the installation of the Equipment, if
required. The supplier shall inform the purchaser about the site preparation, if any, needed for installation, of the goods at the
purchaser‟s site immediately after notification of Award / Purchase Order / Agreement.
(B.)
SPECIAL CONDITIONS OF CONTRACT (SCC)
The following Special Conditions of Contract (SCC) shall supplement and / or amend the General Conditions of Contract (GCC).
Whenever there is a conflict, the provisions herein shall prevail over those in the GCC.
GCC 1.1(xii)
The Purchaser is: The Director, MNNIT, Allahabad.
GCC 1.1(xiii)
The Final Destination is: Motilal Nehru National Institute of Technology, Allahabad-211004 (India).
GCC 13.1
The amount of the Performance Security shall be: 10 % of the contract value
GCC 16.1
Details of Shipping and other Documents to be furnished by the Supplier are:
(i) For Goods being offered from India
Within 24 hours of dispatch, the supplier shall notify the purchaser the complete details of dispatch and also supply
[ 14/31 ]
Signature (in ink, with date) and Seal of Bidder/Tenderer
Tender No. OT-60/MNNIT/CIR/MANUAL PROBE STATION
following documents by registered post / speed post and copies thereof by FAX.
(a) Two copies of Supplier‟s Invoice indicating, inter-alia description and specification of the goods, quantity, unit
price, total value;
(b) Packing list;
(c) Certificate of country of origin;
(d) Insurance certificate, if required under the contract;
(e) Railway receipt/Consignment note;
(f) Manufacturer‟s guarantee certificate and in-house inspection certificate;
(g) Inspection certificate issued by purchaser‟s inspector, if any and
(h) Any other document(s) as and when required in terms of the contract.
Note:
1. The nomenclature used for the item description in the invoices(s), packing list(s) and the delivery note(s) etc.
should be identical to that used in the contract. The dispatch particulars including the name of the transporter
should also be mentioned in the Invoice(s)
2. The above documents should be received by the Purchaser before arrival of the Goods and, if not received, the
Supplier will be responsible for any consequent expenses
(ii) For Goods being offered from abroad
Within 24 hours of dispatch, the supplier shall notify the purchaser the complete details of dispatch and also supply
following documents by Registered Post/ courier and copies thereof by FAX.
(a) Two copies of supplier‟s Invoice giving full details of the goods including quantity, value, etc.;
(b) Packing list;
(c) Certificate of country of origin;
(d) Manufacturer‟s guarantee and Inspection certificate;
(e) Inspection certificate issued by the Purchaser‟s Inspector.
(f) Insurance Certificate, if required under the contract;
(g) Name of the Vessel/Carrier;
(h) Bill of Lading/Airway Bill;
(i) Port of Loading;
(j) Date of Shipment;
(k) Port of Discharge & expected date of arrival of goods and
(l) Any other document(s) as and when required in terms of the contract.
Note:
1. The nomenclature used for the item description in the invoices(s), packing list(s) and the delivery note(s) etc.
should be identical to that used in the contract. The dispatch particulars including the name of the transporter
should also be mentioned in the Invoice(s)
2.
The above documents should be received by the Purchaser before arrival of the Goods and, if not received, the
Supplier will be responsible for any consequent expenses
GCC 16.3
In case of supplies from within India, the mode of transportation shall be by Rail/Road.
In case of supplies from abroad, the mode of transportation shall be by Air.
GCC 17.1
The Insurance shall be for an amount equal to 110% of the CIF or CIP value of the contract from within “warehouse to
warehouse (final destination ” on “all risk basis” including strikes, riots and civil commotion.
GCC 21.3
The warranty shall remain valid for 12 months from the date of acceptance at final destination.
GCC 22.1
The method and conditions of payment to be made to the Supplier under this Contract shall be as follows:
Payment for Goods and services offered from abroad:
Payment of foreign currency portion shall normally be made in the currency of contract in the following manner:
(i) On Shipment: Ninety (90) percent of the Contract Price of the Goods shipped shall be paid through irrevocable letter
of credit opened in favor of the Supplier in a bank in its country, upon submission of documents specified in GCC
Clause 16(i).
(ii) On Acceptance: Ten (10) percent of the Contract Price of Goods received shall be paid within thirty (30) days of
receipt of the Goods and successful installation & commissioning (as per ATP) upon submission of claim supported
by the acceptance certificate issued by the Purchaser along with the Performance security, if any.
The L/C will be confirmed at the suppliers cost, if requested specifically by the supplier. If L/C is requested to be
extended/ reinstated for reasons not attributable to the purchaser, the charges thereof would be to the suppliers‟ account.
All bank charges in India to the account of the opener and all bank charges outside India to the account of the
beneficiary. Payment of local currency portion shall be made in Indian Rupees within thirty (30) days of presentation of
claim supported by a certificate from the Purchaser declaring that the Goods have been delivered and that all other
contracted Services have been performed. The LC for 100% value of the contract shall be established after deducting the
agency commission payable, if any to the Indian agent from the FOB/FCA value.
Payment for Goods and Services offered from India:
Payment for Goods and Services supplied from within India shall normally be made in Indian Rupees, as follows:
(i) On shipment: Ninety (90) percent of the Contract Price shall be paid on receipt of the Goods and upon submission of
the documents specified in GCC Clause 16(i).
(ii) On Acceptance: The remaining ten(1 0) percent of the Contract value shall be paid to the Supplier within thirty (30)
days after the date of the acceptance certificate issued by the Purchaser subject to submission of performance
security, if any.
GCC 23
After arrival of the goods at New Delhi Airport, Indian agent or Indian subsidiary of the principal firm is solely responsible
for getting the material clearance from customs. Institute will provide all custom documents for custom clearance on the
demand of agent/Firm. Transportation from New Delhi to MNNIT Allahabad, Allahabad is also the responsibility of
authorized agent. All charges/ expenses incurred in this process will be reimbursed to firm after submitting the bill along
with documentary proof in original. Please note that the freight forwarder or clearing agent should be approved from
IATA. NO DEMURRAGE / WHARFAGE CHARGES WILL BE PAYABLE BY THE INSTITUTE UNDER ANY
CIRCUMSTANCES. NO ADVANCE PAYMENT WILL BE PAYABLE FOR CUSTOM CLEARANCE/ FREIGHT /
INSURANCE ETC. The certificate to this effect will also be provided that the rates charged are as per IATA, FIATA and
does not contain any item other than ordered by the Institute.
GCC 34.1
The place of jurisdiction is Allahabad, India
[ 15/31 ]
Signature (in ink, with date) and Seal of Bidder/Tenderer
Tender No. OT-60/MNNIT/CIR/MANUAL PROBE STATION
CHAPTER-3
SPECIFIC TECHNICAL TERMS & CONDITIONS (STC),
SPECIFICATIONS & C OMPLIANCE DETAILS
Specific Technical Conditions (STC), detailed technical specifications and Compliance Details are as follows:
(A.)
SPECIFIC TECHNICAL TERMS & CONDITIONS (STC)
Please find enclosed herewith the technical terms & conditions to be made compliant with:
1.
The Bidder/Tenderer is required to supply the items as per detailed specifications given in Annexure: A.
2.
These items will be processed as „Two-Parts tendering processes. The first part is Technical-Commercial (Bill of Materials
WITHOUT the price bids) and second part consisting of ONLY PRICE bids. All the technical terms and conditions of the offer
must be mentioned in the technical proposal and no additional terms will be accepted at a later stage. They should also submit
the Technical Compliance Table for these items, as given in Annexure: B.
3.
Bidders/Tenderers are required to note that they should substantiate the compliance statement, as given in Annexure: B with
necessary and relevant documents, wherever applicable. They should not merely write a "Yes" or "No" in the “Bidder/Tenderer‟s
Response” column but bring out salient features/limitations of their proposed equipments.
4.
The Bidder/Tenderer should provide on-site comprehensive five (5) years OR three (3) years warranty for this proposed
equipments. (OPTIONAL)
5.
The Bidder/Tenderer is required to quote for supply, installation, integration, testing and maintenance for all the hardware systems
and software as listed in specifications along with compliance of the terms and conditions.
6.
Original copy of latest, currently dated, authorization letter from parent or OEM is required to be submitted, which should
address authorization to submit this bid to MNNIT & supply spare parts and maintenance support for a minimum period of
TEN (10) years, after warranty period, that is total of 11 years.
7.
The Bidder/Tenderer has to install the equipments at MNNIT site with its associated systems, devices and software.
8.
The Bidder/Tenderer may be required to give their technical presentation of their proposed equipments as part of the technical
qualification criteria. Bidders/Tenderers should ensure full compliance to all the requirement/specification mentioned in these
documents.
9.
The Bidder/Tenderer should submit the technical brochures, data sheets, etc. describing various technical aspects of offered
equipments with hardware and software (if applicable), operational performance etc. This should be substantiated with line
diagrams, sub-system connectivity, detailing salient features covered in the proposed equipments, along with technical proposal.
10.
The Bidder/Tenderer should submit along with the technical proposal detailed list of Bill of Materials (BoM) and bring out clearly
that the proposed equipments as per the BoM will be satisfying all the requirements listed in the technical specifications.
Bidder/Tenderer should give detailed justification on how the performance is going to be achieved in the offered equipments, with
the submitted BoM.
11.
Payment Terms: Since, the configuration offered by you for required items is based upon the performance/throughput/features
parameters, MNNIT will give 100% of total payment only on successful installation, acceptance and demonstration of operational
aspects achieved at MNNIT site. Compliance to these terms should be submitted along with technical proposal itself.
12.
Performance Bank Guarantee: Bidders /Tenderers should submit Performance Bank Guarantee for 10% of order value, valid till
60 days after the warranty period, on receipt of the notification of Award / Purchase Order / Agreement?
13.
Bidder/Tenderer MUST include the Bill of Material, without the prices, along with technical proposal, i. e., Technical Bid (part-1).
14.
Installation, integration and acceptance will be done at MNNIT site.
15.
The entire responsibility of installation, integration and operational performance of the required equipments will be of the
Bidder/Tenderer.
16.
The Bidder/Tenderer is required to quote the LATEST system available in market, meeting the required specifications and
supported by the OEMs. The offered equipments should be configured in such a way that any component is NOT to its end-of-life
within the assured support period as given in point no. 6 above.
17.
At the time of installation and commissioning of the configuration, if it is found that some additional hardware accessories and/or
software items with licenses are required to complete the configuration to meet the operational performance requirement of the
required equipments, which are not included in your original list of deliverables then you are required to supply such items to
ensure the completeness of the equipment/machine at NO EXTRA COST TO MNNIT. Bidder/Tenderer should ensure
completeness of the list of deliverables in the offer to avoid such discovery during installation, in strict consultation with respective
OEMs.
18.
Bidder/Tenderer and its OEM will arrange for giving onsite technical training of at least three days for operations of the offered
equipments. All salient features of operation for these equipments and day to day troubleshooting should be covered in the
training.
19.
The Bidder/Tenderer should provide all original user‟s manuals, technical documents, operating manual, system toolkit,
application notes, user guides, software CDs and DVDs, Driver CDs and DVDs, and all printed / electronic media that comes with
the offered equipments.
20.
The Bidder/Tenderer should provide the following mandatory information:
i.
ii.
iii.
iv.
v.
Bidder/Tenderer must provide the information on the similar equipments supplied and installed in last 3 years.
Bidder/Tenderer must submit satisfactory documentary proof from end-user.
List of Organizations/Customers dealt by them with respect to above point no. (i).
Latest copy of Income Tax Return Form and PAN number, as per government norms.
Copy of Registration of Firm with CST/GST Nos.
List of all past supplies of such similar equipments and their satisfactory performance certified by their users.
[ 16/31 ]
Signature (in ink, with date) and Seal of Bidder/Tenderer
Tender No. OT-60/MNNIT/CIR/MANUAL PROBE STATION
21.
The Bidder/Tenderer must be an Authorized System Integrator having a direct purchase and support agreement with the OEM of
the EQUIPMENTS. The bidder/tenderer should have integrated, tested and supplied the equipment of similar type specified in the
„schedule of requirements‟ of an educational institute / organization.
22.
The bidder/tenderer should be either a manufacturer or authorized agent of the foreign/Indian manufacturer. In latter case please
enclose the authorization certificate.
23.
The „manufacture‟s authorization from (MAF ‟ each of the product quoted should be submitted in the enclosed format.
24.
The principal vendor should have local offices in India.
25.
The principal of the bidder/tenderer should have a 24 x 7 technical assistance center in India and the bidder must have service
centers of their own in northern India with engineers qualified to handle the repair & maintenance work.
26.
The bidder/tenderer must have supplied the quoted model to the institutions of repute respectively NITs/IITs/IIITs/Central
Universities/IISERs/CSIR laboratories etc. and must have conducted a demo at these places.
27.
The principal of the bidder/tenderer should have annual average turnover, for last three financial years, of at least 270 Lakh
and should have at least 5 logistics support centers in India, to service/replace the faulty equipment within a time frame of 48
hours. The principal vendor should also have the valid sales tax registration number for the logistic support center in India for
spare and replenishment.
28.
To establish the goods‟ eligibility, the documentary evidence of the goods and services eligibility shall consist of a statement on
the country of origin of the goods and services offered which shall be confirmed by a certificate of origin at the time of shipment.
29.
To establish the conformity of the goods and services to the specifications and schedule of requirements of the bidding
document, the documentary evidence of conformity of the goods and services to the bidding documents may be in the form of
literature, drawings and data, and shall consist of:
(i)
A detailed description of the essential technical and performance characteristics of the goods;
(ii)
A list giving full particulars, including available sources and current prices, of spare parts, special tools, etc.,
necessary for the proper and continuing functioning of the goods during the warranty period following
commencement of the use of the goods by the Purchaser in the Priced- bid ; and
(iii)
An item-by-item commentary on the Purchaser's Technical Specifications demonstrating substantial responsiveness of the
goods and services to those specifications or a statement of deviations and exceptions, in the format enclosed as „deviation
statement form‟ to the provisions of the Technical Specifications.
30.
For purposes of the commentary to be furnished pursuant to above, the Bidder/Tenderer shall note that standards for
workmanship, material and equipment, designated by the Purchaser in its Technical Specifications are intended to be descriptive
only and not restrictive. The Bidder/Tenderer may substitute these in its bid, provided that it demonstrates to the Purchaser's
satisfaction that the substitutions ensure substantial equivalence to those designated in the Technical Specifications.
31.
Bidder/Tenderer should also provide the specimen and other material needed for training and demonstration of the system.
32.
Compliance to above Specific Technical Conditions (points 1-31), given as Annexure: C, will be considered for overall evaluation
of the bid and non-compliance of any of the above technical terms & conditions/specifications may turn into rejection.
(B.)
SCOPE OF WORK
The work includes the following:
(1.) The supply and installation of equipment with accessories.
(2.) Testing of equipment.
(3.) to provide, one copy each of following documentation (on CD/DVD and printed manual, both)
a) installation manual,
b) operating manual, and
c) Service Manual.
(4.) Repair/Refurnishing work to restore the damage caused due to cabling or any other work related to installation.
(5.) Any other work required for equipment making functional up to the satisfaction of MNNIT Allahabad.
Place:
Date:
Signature and seal of the Manufacturer/Bidder
[ 17/31 ]
Signature (in ink, with date) and Seal of Bidder/Tenderer
Tender No. OT-60/MNNIT/CIR/MANUAL PROBE STATION
(C.)
ANNEXURE: A
TECHNICAL SPECIFICATIONS FOR “MANUAL PROBE STATION”
Technical specifications of Manual Probe Station
(1) The system should support a wide variety of applications such as I-V/C-V measurements at pA levels and must be capable to
measure on femto level as well, future upgradable to RF measurements upto 67 GHz, device and wafer characterization
tests (DWC), failure analysis (FA), submicron probing, MEMS etc.
(2) The probe station should contain 4 triaxial connectors for interfacing to Source Measurement Unit (SMU) channels from
semiconductor device analyzer (Agilent B1500A) [semiconductor device Analyzer is not a part of probe station]. Chuck size 6
inch in diameter. Adjustable sample plane option will be preferred.
(3) Chuck Stage should be able to: Travel 155 mm x 155 mm (6 in. x 6 in.) Resolution 5 µm o, Planarity over 150 mm (6 inch) < 10
µm, Load stroke = Y axis 90 mm, Z height adjustment range 10 mm Z contact /separation /load stroke 0-3 mm Adjustable
Theta travel (standard) 360° Theta travel (fine) ± 8° Theta resolution 7.5 x 10-3 gradient.
(4) Dedicated low noise level measurement probe arms (6) for accurate I-V, pulsed I-V, C-V(up to 5 MHz) and RF measurements
and low noise level output cabling capable of measuring current at least in the pA range and fA / fF is also preferred. Probe tips
should be movable in X-Y-Z direction with a preferable translation of 12.5 mm in X, Y and Z directions respectively with a
resolution of 1um or better attached to a manipulator. A suitable moveable platen, for manipulators to hold, must have a
movement of up to 40mm with a stroke of 200um and a repeatability of ±1 um.
(5) Suitable tips for contact to the sample. Probe tips of varying radius of at least of_ 0.1um. Additional tip package is preferred.
(6) High resolution microscope module with zoom in the range of 20x- 400x or higher is required. 50mmx50mm - X-Y movement
for the microscope is required. Provide LED illumination for excellent image contrast and long lifetime. An inbuilt Vibration free
solution is mandatory for better result. The Microscope must be having revolving turret to have at least three objectives installed
at a time and can be selected by revolving the turret.
(7) The Probe station must be supplied with basic necessary tooling including tweezers etc. and also any other necessary
accessories, if required for smooth functioning of probe station.
(8) The probe station and accessories quoted must not be custom made at all.
(9) Optional (to be quoted separately):
(i) RF manipulators two (left and right) with probe arms and RF cables, 40Ghz RF probe should be GSG (150 um pitch).
Corresponding calibration substrate and calibration software to be quoted as well.
(ii) CMOS camera with high resolution/CCD camera and related accessories.
(iii) Temperature control module option operable with vacuum and control temperature from 30°C to 300°C.
Temperature stability +/-0.1oc, Temperature accuracy ± 0.5°C, Thermal uniformity +25°C to +200°C:
<± 0,5K / 0,5%. Flatness/Parallelism should be +25°C to +200°C: <± 0.8um.
[ 18/31 ]
Signature (in ink, with date) and Seal of Bidder/Tenderer
Tender No. OT-60/MNNIT/CIR/MANUAL PROBE STATION
ANNEXURE: B
BIDDER’s COMPLIANC E STATEMENT FOR ANNEXURE: A
Name of Equipment:
MANUAL PROBE STATION
S.
No.
Description
1.
The system should support a wide variety of applications such as I-V/C-V
measurements at pA levels and must be capable to measure on femto level as
well, future upgradable to RF measurements upto 67 GHz, device and wafer
characterization tests (DWC), failure analysis (FA), submicron probing, MEMS
etc.
The probe station should contain 4 triaxial connectors for interfacing to Source
Measurement Unit (SMU) channels from semiconductor device analyzer (Agilent
B1500A) [semiconductor device Analyzer is not a part of probe station]. Chuck
size 6 inch in diameter. Adjustable sample plane option will be preferred.
Chuck Stage should be able to: Travel 155 mm x 155 mm (6 in. x 6 in.)
Resolution 5 µm o, Planarity over 150 mm (6 inch) < 10 µm, Load stroke = Y axis
90 mm, Z height adjustment range 10 mm Z contact /separation /load stroke 0-3
mm Adjustable Theta travel (standard) 360° Theta travel (fine) ± 8° Theta
resolution 7.5 x 10-3 gradient.
Dedicated low noise level measurement probe arms (6) for accurate I-V, pulsed IV, C-V(up to 5 MHz) and RF measurements and low noise level output cabling
capable of measuring current at least in the pA range and fA / fF is also
preferred. Probe tips should be movable in X-Y-Z direction with a preferable
translation of 12.5 mm in X, Y and Z directions respectively with a resolution of
1um or better attached to a manipulator. A suitable moveable platen, for
manipulators to hold, must have a movement of up to 40mm with a stroke of
200um and a repeatability of ±1 um.
Suitable tips for contact to the sample. Probe tips of varying radius of at least of_
0.1um. Additional tip package is preferred.
2.
3.
4.
5.
6.
7.
8.
a
b
c
Whether meet the
requirement
(Yes/ No)
Quoted Models
Specifications
High resolution microscope module with zoom in the range of 20x- 400x or higher
is required. 50mmx50mm - X-Y movement for the microscope is required.
Provide LED illumination for excellent image contrast and long lifetime. An inbuilt
Vibration free solution is mandatory for better result. The Microscope must be
having revolving turret to have at least three objectives installed at a time and can
be selected by revolving the turret.
The Probe station must be supplied with basic necessary tooling including
tweezers etc. and also any other necessary accessories, if required for smooth
functioning of probe station.
Optional (to be quoted separately):
RF manipulators two (left and right) with probe arms and RF cables, 40Ghz RF
probe should be GSG (150 um pitch). Corresponding calibration substrate and
calibration software to be quoted as well.
CMOS camera with high resolution/CCD camera and related accessories.
Temperature control module option operable with vacuum and control
temperature from 30°C to 300°C.
Temperature stability +/-0.1oc, Temperature accuracy ± 0.5°C, Thermal
uniformity +25°C to +200°C:
<± 0,5K / 0,5%. Flatness/Parallelism should be +25°C to +200°C: <± 0.8um.
[ 19/31 ]
Signature (in ink, with date) and Seal of Bidder/Tenderer
Tender No. OT-60/MNNIT/CIR/MANUAL PROBE STATION
(D.)
ANNEXURE: C
BIDDER’s COMPLIANCE STATEMENT FOR
SPECIFIC TECHNICAL TERMS AND CONDITIONS (STC)
Bidders/Tenderers should critically go through this specific technical terms & conditions and make themselves compliant.
Bidders/Tenderers should NOT simply write Yes or No here but give detailed write-up after understanding the requirement of
the feature described here and provide respective technical data sheets/brochure/documents.
Sr.
No.
Compliance Statement for Specific Technical Terms and Conditions
1
Is the Bidder/Tenderer ready to supply these equipments‟ as per detailed specifications given in
Annexure: A?
2
The procurement of these equipments will be processed as Two-Parts tendering process. The first part is
Technical-Commercial “Complete set of deliverables without the price bid” and second part consisting of
ONLY PRICE bids. Has Bidder/Tenderer submitted this tender response in two-parts as directed?
Bidder/Tenderer's
Response
Has Bidder/Tenderer agreed to all the technical terms and conditions of the offer, as mentioned in the
technical proposal and no such additional terms & conditions from Bidder/Tenderer will be accepted, at a
later stage?
Has the Bidder/Tenderer submitted the Technical Compliance Table for these items, as given in
Annexure: B?
3
Has the Bidder/Tenderer substantiated the Compliance Statement, as given in Annexure: B?, with
necessary and relevant documents, wherever applicable?
Bidder/Tenderer should not merely write a "Yes" or "No" in the "Bidder’s Response" column but
bring out salient features/limitations of their proposed equipments.
4
Has the Bidder/Tenderer provided on-site comprehensive five (5) years OR three (3) years warranty for
offered equipments and has quoted for both these options separately?
5
Has the Bidder/Tenderer quoted for supply, installation, integration, testing of the „These equipment‟ and
maintenance for all the hardware systems and software as listed in this RFP along with compliance of the
terms and conditions?
6
Has Bidder/Tenderer provided ORIGINAL copy of latest, currently dated, authorization letter from parent
or OEM, with authorization issued to submit this bid, provide these equipments to MNNIT &
supply/ spare parts and maintenance support for a minimum period of TEN (10) years, after ONE (01)
year warranty period, that is total of ELEVEN (11) years?
7
Is the Bidder/Tenderer ready to install these equipments at MNNIT site and integrate them in respective
laboratories at MNNIT, with its associated systems, components, devices and software?
8
Is the Bidder/Tenderer ready to give their technical presentation of the proposed equipments, as part of
the technical qualification criteria?
Does the Bidder/Tenderer ensure full compliance to all the requirement/specification mentioned in these
documents?
Is the Bidder/Tenderer ready to provide all contents of technical discussion/presentation to MNNIT along
with soft copy?
9
Is the Bidder/Tenderer ready to submit the proposal specific to these equipments along with documents
(technical brochures, data sheets, etc.) describing various technical aspects like integrated working of
offered equipments with hardware and software, operational performance etc, substantiated with line
diagrams, sub-system connectivity, detailing salient features covered in the proposed equipments, along
with technical proposal?
10
Has the Bidder/Tenderer submitted, along with the technical proposal, “the detailed list of deliverables”
and has bring out clearly that the offered equipments, as per the BOM submitted, will be satisfying all the
requirements listed in the technical specifications?
Has Bidder/Tenderer given detailed justification on how the performance is going to be achieved in the
offered equipments with the submitted BOM?
11
Payment Terms: Since, the configuration offered by bidder/Tenderer for these equipments, is based
upon the performance/ throughput/ features parameters. Does Bidder/Tenderer agree that MNNIT will
give 100% of total payment only on successful installation, acceptance and demonstration of operational
aspects finally achieved at MNNIT site?
Has Bidder/Tenderer submitted compliance to these terms along with technical proposal itself?
12
Performance Bank Guarantee: Does Bidder/Tenderer agree to submit Performance Bank Guarantee for
10% of order value, valid till 60 days after the warranty period, on receipt of the notification of Award /
Purchase Order / Agreement?
13
Has Bidder/Tenderer included the „list of deliverables‟, without the prices, for the offered equipments,
along with technical proposal, i. e., Technical Bid (part-1)?
14
Does Bidder/Tenderer agree that Installation, integration and acceptance will be done at MNNIT site?
15
Does the Bidder/Tenderer agree that the entire responsibility of installation, integration and operational
performance of the „Technical Specifications of required equipments‟ will be of the bidder/tenderer?
16
Is the Bidder/Tenderer ready to quote the LATEST system available in market, meeting the required
specifications and supported by the OEMs?
Are these equipments configured in such a way that any component is NOT to its end-of-life within the
assured support period as given in point no. 6 above?
[ 20/31 ]
Signature (in ink, with date) and Seal of Bidder/Tenderer
Tender No. OT-60/MNNIT/CIR/MANUAL PROBE STATION
Sr.
No.
17
Compliance Statement for Specific Technical Terms and Conditions
Bidder/Tenderer's
Response
Does Bidder/Tenderer agree that at the time of installation and commissioning of the configuration, if it is
found that some additional hardware accessories and/or software items with licenses are required to
complete the configuration to meet the operational performance requirement of the configuration, which
are not included in their original list of deliverables then they are required to supply such items to ensure
the completeness of the configuration at NO EXTRA COST TO MNNIT?
Does the Bidder/Tenderer ensure the completeness of the list of deliverables in the offer to avoid such
discovery during installation, in strict consultation with respective OEMs?
18
Do Bidder/Tenderer and its OEM agree to arrange for “Technical training on the operation of the offered
equipments for THREE days or more, as may be necessary to ensure a reasonable degree of comfort
with the instrument”?
Are all salient features like day to day operation, troubleshooting, system administration of these
equipments, covered in the training?
19
Is the Bidder/Tenderer ready to provide all original user‟s manuals, technical documents, operating
manual, system toolkit, application notes, user guides, software CDs and DVDs, Driver CDs and DVDs,
and all printed / electronic media comes with the offered equipment‟?
20
Does the Bidder/Tenderer agree to provide the following mandatory information? :
21
i.
Bidder/Tenderer must provide the information of similar equipments supplied and installed in last 3
years.
ii.
List of Organisations/Customers dealt by them with respect to above point no. (i).
iii.
The PAN No., as per Government records.
iv.
Copy of Registration of Firm with CST/GST Nos.
The Bidder/Tenderer is an Authorized Equipment Supplier having a direct purchase and support
agreement with the OEM of the EQUIPMENTS.
Has the bidder/tenderer integrated, tested and supplied the equipments of similar type specified in the
„schedule of requirements‟ of any other educational institute / organization.
22
The bidder/tenderer should be either a manufacturer or authorized agent of the Foreign/Indian
manufacturer. In latter case please mention the authorization certificate, reference no. and date.
23
Has the Bidder/Tenderer submitted the „Manufacture‟s Authorization Form (MAF ‟ for each of the product
quoted, in the enclosed format.
24
Does the principal vendor have local offices in India. Please give no. of offices & their addresses?
25
The principal of the bidder/tenderer have a 24 x 7 technical assistance center in India and the bidder has
service centers of their own in northern India with engineers qualified to handle the repair & maintenance
work. Please give details.
26
Has the Bidder/Tenderer supplied the quoted model to the institutions of repute respectively
NITs/IITs/IIITs/Central Universities/IISERs/CSIR laboratories etc. and conducted a demo at these places.
Please give details?
27
Has the principal of the Bidder/Tenderer have annual average turnover, for last three financial years,
of at least 270 Lakh and have at least “a support centre, capable of serving/replacing the faulty
equipment at MNNIT, within a time frame of 48 Hrs”. Please give details.
The principal vendor has the valid trade tax registration number for the logistic support center in India for
spare and replenishment. Please give details.
28
To establish the goods‟ eligibility, the documentary evidence of the goods and services eligibility shall
consist of a statement on country of origin of the goods and services offered which shall be confirmed by
a certificate of origin at the time of shipment. Is it attached here? Please mention reference no. and date.
29
Does the Bidder/Tenderer agree to provide the following documents:
(i)
A detailed description of the essential technical and performance characteristics of the goods;
(ii)
A list giving full particulars, including available sources and current prices, of spare parts,
special tools, etc., necessary for the proper and continuing functioning of the goods
during the warranty period following commencement of the use of the goods by the
purchaser in the Priced- bid ; and
(iii)
An item-by-item commentary on the Purchaser's Technical Specifications demonstrating
substantial responsiveness of the goods and services to those specifications or a statement of
deviations and exceptions, in the format enclosed as „deviation statement form‟ to the provisions
of the Technical Specifications.
30
Does the Bidder/Tenderer agree with Clause 29 of STC? For purposes of the commentary to be furnished
pursuant to above, the Bidder/Tenderer shall note that standards for workmanship, material and
equipment, designated by the Purchaser in its Technical Specifications are intended to be descriptive only
and not restrictive. The Bidder/Tenderer may substitute these in its bid, provided that it demonstrates to
the Purchaser's satisfaction that the substitutions ensure substantial equivalence to those
designated in the Technical Specifications.
31
Does Bidder/Tenderer agree that Compliance to points 1-30 of Specific Technical Term & Conditions
(STC), given as Annexure: C, will be considered for overall evaluation of the bid and non-compliance
of any of the above technical terms & conditions/specifications may turn into rejection?
[ 21/31 ]
Signature (in ink, with date) and Seal of Bidder/Tenderer
Tender No. OT-60/MNNIT/CIR/MANUAL PROBE STATION
CHAPTER-4
TECHNICAL BID (PART-1)
Technical Bid (Part-1) will be the compilation of following documents, along with required supporting documents. No document in
support of minimum eligibility criteria will be accepted / entertained after opening of tender.
Sl. No
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Documents
Cover letter by bidder (On the Letter Head of the Bidder)
Format – A : Check List for Eligibility Criteria (On the Letter Head of the Bidder)
Format – B : Bid Proposal Sheet (On the Letter Head of the Bidder)
Format – C : Bidder‟s Statement (On the Letter Head of the Bidder)
Format – D : BILL OF MATERIAL (BOM) (On the Letter Head of the Bidder)
Format – E : DEVIATION STATEMENT (On the Letter Head of the Bidder)
Format – F : MANUFACTURERS‟ AUTHORIZATION FORM (MAF
Format – G : PRICE REASONABILITY CERTIFICATE
Format – H : BID SECURITY (BS)/EARNEST MONEY DEPOSIT (EMD) FORM
Format – I : PERFORMANCE SECURITY FORM
Format – J : CAPABILITY STATEMENT FORM (On the Letter Head of the Bidder)
Format – K : AFFIDAVIT REGARDING BLACKLISTING/ NON-BLACKLISTING FIRM
13.
ANNEXURE: A TECHNICAL SPECIFICATIONS FOR “Manual Probe Station”
14.
15.
ANNEXURE: B: COMPLIANCE WITH ANNEXURE: A, as offered by the Bidder
ANNEXURE: C : BIDDER‟s COMPLIANCE STATEMENT FOR SPECIFIC TECHNICAL TERMS AND CONDITIONS (STC
[NOTE: The Technical Bid (Part-1) must be submitted in an organized and structured manner. None of the documents/brochures/ leaflets
etc. should be submitted in loose form.]
= = = = = = = = == = = = = = = = = = = = = = = = = = = = = = = = = = = = = == = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = =
Format – A
CHECK LIST FOR ELIGIBILITY CRITERIA
(ON THE LETTER HEAD OF THE BIDDER)
Sl.
No
1.
To be Filled by Bidder
Enclosure
YES
NO
N.A.
No. (If YES)
PARTICULARS
Enclose a copy, if registered with
a.
NSIC
b.
SSI
c.
DGS&D
2.
Required Tender Fees (in the form of DD)
3.
Required Earnest Money deposit (in the form of FDR / BGR)
4.
Format – A : Check List for Eligibility Criteria (On the Letter Head of the Bidder)
5.
Format – B : Bid Proposal Sheet (On the Letter Head of the Bidder)
6.
Format – C : Bidder‟s Statement (On the Letter Head of the Bidder)
7.
Format – D : BILL OF MATERIAL (BOM) (On the Letter Head of the Bidder)
8.
Format – E : DEVIATION STATEMENT (On the Letter Head of the Bidder)
9.
Format – F : MANUFACTURERS' AUTHORIZATION FORM (MAF)
10.
Format – G : PRICE REASONABILITY CERTIFICATE (On the Letter Head of the Bidder)
11.
Format – H : BID SECURITY (BS)/EARNEST MONEY DEPOSIT (EMD) FORM
12.
Format – I : PERFORMANCE SECURITY FORM
13.
Format – J : CAPABILITY STATEMENT FORM (On the Letter Head of the Bidder)
14.
Format – K : AFFIDAVIT REGARDING BLACKLISTING/ NON-BLACKLISTING FIRM
15.
ANNEXURE: A TECHNICAL SPECIFICATIONS FOR “Manual Probe Station ”
16.
ANNEXURE: B: COMPLIANCE WITH ANNEXURE: A, as offered by the Bidder
17.
ANNEXURE: C : BIDDER‟s COMPLIANCE STATEMENT FOR STC
18.
Copy of Firm‟s Registration (REF.: Item 4 of FORMAT-C)
19.
Copy of Firm‟s Registration for VAT/CST/LST/TIN/
20.
Copy of the PAN no. of the Firm (REF.: Item 7 of FORMAT-C)
[ 22/31 ]
Signature (in ink, with date) and Seal of Bidder/Tenderer
Tender No. OT-60/MNNIT/CIR/MANUAL PROBE STATION
21.
Copy of the TIN no. of the Firm (REF.: Item 8 of FORMAT-C)
22.
Copy of the Service Tax Registration No. of the Firm (REF.: Item 9 of FORMAT-C)
23.
Supporting Document showing Annual Turnover for the last 3 years (REF.: Item 10 of FORMAT-C)
24.
List of Types of equipments supplied during preceding THREE years, as on date of signing the
bid (REF.: Item 13 of FORMAT-C)
25.
List and Details of supplying similar equipments, supplied to reputed Indian organizations,
especially NITs/ IITs/IIITs/ Central Universities/ IISERs/CSIR labs etc., during preceding THREE
years, as on date of signing the bid. (REF.: Item 14 of FORMAT-C)
26.
All documentary proofs showing satisfaction of the eligibility criteria, as laid down in the Tender
document, are attached.
27.
All prices quoted, for products and services, are valid for a period of 120 calendar days from
the last date of submission of bids.
No upward change in prices and ‘terms and conditions’ will be permitted to the bidder.
28.
The quoted prices are in Indian Rupees, and F.O.R. MNNIT Allahabad, Allahabad”, inclusive of
Packing, Forwarding, Freight/Cartage and insurance charges.
Please note that MNNIT Allahabad is an educational institution and is exempted from payment of
Custom Duty and certain taxes, as per rules of Government of India for which necessary certificates will
be provided by the MNNIT Allahabad.
29.
In Price Bid (Part 2), all applicable taxes, duties etc are mentioned, clearly and separately.
30.
The bidder agrees that Price Bid (Part-2) conforms to MNNIT’s price bid format, as given
in CHAPTER-5: PRICE SCHEDULE FORM of tender document.
31.
All relevant Technical Literature/Catalogue/Pamphlets/Technical Literature is attached along
with Technical Bid (Part-1).
32.
Please provide your delivery schedule, attached along with Technical Bid (Part-1), failing which
your quotation will NOT be considered.
If taxes are not mentioned, it would be assumed that the rates quoted are inclusive of taxes.
The successful bidders are required to supply the goods within prescribed delivery schedule from the
date of purchase order.
33.
In case of becoming success bidder, the bidder agrees to submit a performance Bank
Guarantee of 10% of the cost of the material, as per the Purchase Order of MNNIT Allahabad,
along with the Acceptance.
34.
The bidder agrees that In case the equipment/accessories are not supplied within specified
delivery period, or the installation and commissioning is delayed beyond the specified time, a
penalty @2% of the Purchase Order value for each month or part thereof, will be charged
from the supplier. The same would be deducted from the final payment.
35.
The equipment must be warranted against all manufacturing defects for the standard warranty
period from the date of successful installation and acceptance. In case, a part thereof or the
whole equipment is found defective the same will have to be rectified/replaced on free of charge
basis without lapse of time.
In case the equipments are not repaired/ replaced within the “Service Time” quoted, the bidder
agrees that suitable action may be taken by the MNNIT Allahabad.
36.
The bidder agrees that all disputes, if arising related to this tender, shall be in courts of
Allahabad.
37.
The bidder agrees that the MNNIT Allahabad reserves the right to reject lowest quotation or all
the quotations or accept any quotation or part thereof without assigning any reason. Further, Bill
of Material (BOM) as indicated in this Tender Document is subject to change, determined by the
needs of the MNNIT.
Place:
Date:
Signature and seal of the Manufacturer/Bidder
[ 23/31 ]
Signature (in ink, with date) and Seal of Bidder/Tenderer
Tender No. OT-60/MNNIT/CIR/MANUAL PROBE STATION
FORMAT-B
BID PROPOSAL SHEET
(ON THE LETTER HEAD OF THE BIDDER)
To
Faculty In-charge (Purchase)
MNNIT Allahabad, Allahabad
Subject: Supply and Installation of “Manual Probe Station” at MNNIT Allahabad, Allahabad.
Dear Sir,
We, the undersigned Tenderers, having read and examined in detail the specifications and scope of the work as specified in this document
in respect of Supply and Installation of “Manual Probe Station” at MNNIT Allahabad, Allahabad do hereby propose to supply the required
products and services.
Tender No.
Tender Fees submitted
Amount
YES / NO
Mode
(Please strike off whatever is not applicable)
Date of Issue
Name of Bank
Valid up to
Demand Draft
EMD submitted
Amount
YES / NO
Mode
(Please strike off whatever is not applicable)
Date of Issue
Name of Bank
Valid up to
FDR /Bank guarantee
(i)
PRICE AND VALIDITY: All the prices mentioned in our proposal are in accordance with the terms as specified in bidding
documents. All prices quoted by us for the products and services shall remain valid respectively for a period of 120 days from the
last date of submission of bids.
(ii)
DEVIATIONS: We declare that all the services shall be performed strictly in accordance with the Technical specifications
mentioned in the Tender document. No Technical deviation will be acceptable and any technical deviation is liable to the rejection
of tender.
(iii) ADDITIONAL PURCHASE/WORK ORDER: We understand that the MNNIT Allahabad, Allahabad, in case of the requirements
may also place repeat purchase order/work order on the company. In such cases, we shall accept and execute all the
purchase/work order placed on us by MNNIT Allahabd, Allahabad.
(iv) BID PRICING: We further declare that the prices stated in our proposal are in accordance with your Terms & Conditions in the
bidding document. We further understand that the quantities as specified in this Tender may increase or decrease at the time of
Award of Purchase Order as per the requirements of MNNIT Allahabad, Allahabad.
(v)
QUALIFYING DATA: We confirm that we satisfy the qualifying criteria and have attached the requisite documents as documentary
proofs. In case you require any further information/documentary proof in this regard during evaluation of our bid, we agree to
furnish the same in time to your satisfaction.
(vi) CONTRACT PERFORMANCE SECURITY: We hereby declare that in case the contract is awarded to us, we shall submit the
performance Guarantee Bond in the form of Bank Guarantee for the amount of 10% of the total order value.
(vii) PAYMENT TERMS: We hereby declare that in case the contract is awarded to us, we agree with payment terms specified in the
tender documents.
(viii) CERTIFICATE AND DECLARATION:
a) I/We certify that no addition/modification/alteration has been made in the Original Tender Document. If at any stage addition
/modification /alteration is noticed in the Original Document, I/We will abide by the terms and conditions contained in the original
tender document, failing which MNNIT Allahabad reserves the right to reject the tender and/or cancel the contract
b) It has been certified that all information provided in tender form is true and correct to the best of my knowledge and belief. We
hereby declare that our proposal is made in good faith, without collusion or fraud. No forged /tampered document(s) are
produced with tender form for gaining unlawful advantage. We understand that MNNIT Allahabad is authorized to make enquiry
to establish the facts claimed and obtained confidential reports from clients.
c) In case it is established that any information provided by us is false / misleading or in the circumstances where it is found that
we have made any wrong claims, we are liable for forfeiture of EMD and/or any penal action and other damages including
withdrawal of all work /purchase orders being executed by us. Further MNNIT Allahabad is also authorized to blacklist our
firm/company/agency and debar us in participating in any tender/bid in future.
d) I / We assure the Institute that neither I /We, nor any of my /our workers, will do any act which is improper / illegal during the
execution in case the tender is awarded to us.
e) I / We assure the Institute that I / We will NOT be outsourcing any work specified in the tender document, to any other firm.
f) Neither I / We, nor anybody on my /our behalf will indulge in any corrupt activities /practices in my /our dealing with the Institute.
g) Our Firm / Company / Agency is not been blacklisted or banned by any Govt. Department, PSU, University, Autonomous
Institute or any other Govt. Organization.
h) I/We certify that, I have understood all the terms & conditions (GCC, SCC, STC etc.), and scope of work, as indicated in
Chapter-Two of the tender document, and hereby accept all the same completely.
i) I/We, further certify that I/We, possess all the statutory /non-statutory registrations, permissions, approvals, etc., from the
Competent Authority for providing the requisite services,
j) We understand that you are not bound to accept the lowest or any bid you may receive.
k) I/We hereby declare that this tender on acceptance communicated by you shall constitute a valid and binding contract between
us.
Signature and Seal of the Manufacturer/Bidder
[ 24/31 ]
Signature (in ink, with date) and Seal of Bidder/Tenderer
Tender No. OT-60/MNNIT/CIR/MANUAL PROBE STATION
FORMAT-C
BIDDER’S STATEMENT
1.
(ON THE LETTER HEAD OF THE BIDDER)
Tenderer MUST submit ALL required documents in support of minimum eligibility criteria along with the tender. No document
in support of minimum eligibility criteria will be accepted / entertained after opening of tender. A list of all submitted
documents should be provided.]
Name & Address of the Bidder
2.
Website of firm
3.
Place & year of the firm‟s Incorporation
4.
Registration
enclosed)
5.
Constitution of the firm
(Pvt. Ltd., Public, Proprietary)
6.
Name of the Chief Executive of the firm
7.
Permanent Account No. (Income Tax)
(Attach attested copy)
8.
Tax Identification No. (TIN)
(Attach attested copy)
9.
Service Tax Registration No
(Attach attested copy)
10.
Annual Turn over for the last 3 years (Attach supporting documents)
[NOTE:
No.
(Copy
to
be
2011-12
Rs. ………………………………..
11.
12.
13.
2010-11
2009-10
Rs. ………………………………..
Rs. ………………………………..
Classifications of Bidder
(i.)
Manufacturer
(ii.)
Authorized Agent
(iii.)
Dealer
(iv.)
Others (please specify)
Name and address of the contact person to whom all references shall be made regarding this tender enquiry.
(i.)
Name
(ii.)
Address
(iii.)
Telephone No.
(iv.)
Fax No.
(v.)
Mobile No
(vi.)
e-Mail
Types of equipments supplied during preceding THREE years, as on date of signing the bid. (Attach supporting documents)
Sl.
Name of
Capacity
Name of Manufacturers & Total Nos. supplied in
No. of orders in hand
No.
equipment
size & model
Country of origin
India
(i.)
(ii.)
(iii.)
(iv.)
(v.)
14.
Details of supplying similar equipments, supplied to reputed Indian organizations, especially NITs/ IITs/IIITs/ Central Universities/
IISERs/CSIR labs etc., during preceding THREE years, as on date of signing the bid. (Attach supporting documents)
Sl. Order Placed Order
Description Value of
Date of
Date of actual Remarks
Has the
Contact
No.
by (full
No. and quantity of order completion of completion of indicating equipment been
person
address of
and
ordered
delivery as
delivery
reasons for
installed
alongwith
Purchaser)
date
equipment
per contract
late delivery, satisfactory?
Telephone
if any
(Attach a
No., FAX No.
certificate from
and e-mail
the purchaser/
address
Consignee)
(i.)
(ii.)
(iii.)
(iv.)
(v.)
15.
Details of Testing facilities available
(i.)
List of testing equipments available
[ 25/31 ]
Signature (in ink, with date) and Seal of Bidder/Tenderer
Tender No. OT-60/MNNIT/CIR/MANUAL PROBE STATION
16.
(ii.)
Give details of tests, which can be carried out on
items offered.
(iii.)
Details of the testing organization available
Details of Nearest service centers
(i.)
Address
(ii.)
Phone No.
(iii.)
Year of Establishment
(iv.)
Name of contact person and contact details
(v.)
Status of working Days and Hours
(vi.)
No. of skilled employees
(vii.)
No. of Unskilled employees
(viii.)
No. of Engineering employees
(ix.)
No. of Administrative employees
(x.)
List of special repair/workshop facilities available
(xi.)
Storage space available for spares (sq.m.)
(xii.)
Value of minimum stock of spares available at all
the service centers in Indian currency
(xiii.)
Value of the models/types by number of
equipment serviced by the centre in the last
THREE years
Place:
Date:
Signature and seal of the Manufacturer/Bidder
= = = = = = = = == = = = = = = = = = = = = = = = = = = = = = = = = = = = = == = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = =
FORMAT-D
BILL OF MATERIAL (BOM)
(ON THE LETTER HEAD OF THE BIDDER)
Name of EQUIPMENTS: Manual Probe Station
S. No
Item
Unit
1
Nos.
2
Nos.
3
Nos.
4
Nos.
5
Qty
Compliance
(Yes/No)
Nos.
(A.)
Warranty Details for Equipments and accessories
(B.)
Period of Delivery for Equipments and accessories:
:
Signature and Seal of the Manufacturer/Bidder
= = = = = = = = == = = = = = = = = = = = = = = = = = = = = = = = = = = = = == = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = =
FORMAT-E
DEVIATION STATEMENT
(ON THE LETTER HEAD OF THE BIDDER)
The following are the particulars of deviations from the requirements of the tender specifications:
CLAUSE
DEVIATION
REMARKS (including justification)
[NOTE: Where there is no deviation, the statement should be returned duly signed with an endorsement indicating "No Deviations".]
Place:
Date:
Signature and seal of the Manufacturer/Bidder
[ 26/31 ]
Signature (in ink, with date) and Seal of Bidder/Tenderer
Tender No. OT-60/MNNIT/CIR/MANUAL PROBE STATION
FORMAT-F
MANUFACTURERS' AUTHORIZATION FORM (MAF)
No.
To
Dated
[The Bidder shall require the Manufacturer to fill in this Form in accordance with the instructions indicated. This letter of authorization
should be on the letterhead of the Manufacturer and should be signed by a person with the proper authority to sign documents that are
binding on the Manufacturer.
Date: [insert date (as day, month and year) of Bid Submission]
Tender No.: [insert number from Invitation For Bids]
To: [insert complete name and address of Purchaser]
WHEREAS
We [insert complete name of Manufacturer], who are official manufacturers of [insert type of goods manufactured], having factories at
[insert full address of Manufacturer‟s factories], do hereby authorize [insert complete name of Bidder] to submit a bid the purpose of which
is to provide the following Goods, manufactured by us [insert name and or brief description of the Goods], and to subsequently negotiate
and sign the Contract.
We hereby extend our full guarantee and warranty in accordance with Clause 21 of the General Conditions of Contract, with respect to
the Goods offered by the above firm.
Signed: [insert signature(s) of authorized representative(s) of the Manufacturer]
Name: [insert complete name(s) of authorized representative(s) of the Manufacturer]
Title: [insert title]
Duly authorized to sign this Authorization on behalf of: [insert complete name of Bidder]
Dated on ____________ day of __________________, _______ [insert date of signing]
Yours faithfully,
(Name)
(Name of manufacturers)
Note: This letter of authority should be on the letterhead of the manufacturer and should be signed by a person competent and having
the power of attorney to legally bind the manufacturer. It should be included by the Bidder in its bid.
= = = = = = = = == = = = = = = = = = = = = = = = = = = = = = = = = = = = = == = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = =
FORMAT-G
PRICE REASONABILITY CERTIFICATE
(ON THE LETTER HEAD OF THE BIDDER)
It is certified that the rates quoted against Tender No. ……………………………………… dated ……………………………….…for the items
vide our Quotation No. …………………………………………………………………………………dated ……………………………….are
exclusively for supply to ACADEMIC and RESEARCH Institutions and are not more than as charged to other Govt. /PSU‟s for similar
supplies made in recent past. If they have been approved by the Director, MNNIT Allahabad and if at any stage it has been found that the
quoted rates are higher than the rates applicable to supply to Government then in such condition MNNIT Allahabad, will have the right to
cancel the approved rates and to take legal action against the tenderer.
Yours faithfully,
(Name of manufacturers)
(Signature with date)
(Name and designation) Duly authorized to sign tender for and on behalf of
[ 27/31 ]
Signature (in ink, with date) and Seal of Bidder/Tenderer
Tender No. OT-60/MNNIT/CIR/MANUAL PROBE STATION
FORMAT-H
BID SECURITY (BS)/EARNEST MONEY DEPOSIT (EMD) FORM
Whereas ...........................1 (hereinafter called “the Bidder”) has submitted its bid dated...................... (date of submission of bid) for the
supply of ................................. (name and/or description of the goods/Service) (hereinafter called “the Bid” .
KNOW ALL PEOPLE by these presents that WE..................... (name of bank) of.................. (name of country), having our registered
office at.................. (address of bank) (hereinafter called “the Bank” , are bound unto............................. (name of Purchaser) (Hereinafter
called “the Purchaser” in the sum of _______________________ for which payment well and truly to be made to the said Purchaser, the
Bank binds itself, its successors, and assigns by these presents. Sealed with the Common Seal of the said Bank this ____ day of
_________ 20 ____.
THE CONDITIONS of this obligation are:
1.
If the Bidder
(a)
(b)
2.
Withdraws its Bid during the period of bid validity specified by the Bidder on the Bid Form; or
Does not accept the correction of errors in accordance with the ITB; or
If the Bidder, having been notified of the acceptance of its bid by the Purchaser during the period of bid validity:
(a)
Fails or refuses to execute the Contract Form if required; or
(b)
Fails or refuses to furnish the performance security, in accordance with the Instruction to Bidders;
We undertake to pay the Purchaser up to the above amount upon receipt of its first written demand, without the Purchaser having to
substantiate its demand, provided that in its demand the Purchaser will note that the amount claimed by it is due to it, owing to the
occurrence of one or both of the two conditions, specifying the occurred condition or conditions.
This guarantee will remain in force up to and including forty five (45) days after the period of the bid validity, and any demand in respect
thereof should reach the Bank not later than the above date.
…....................................
(Signature of the Bank)
_____________________________________________
Name of Bidder
= = = = = = = = == = = = = = = = = = = = = = = = = = = = = = = = = = = = = == = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = =
FORMAT-I
PERFORMANCE SECURITY FORM
To:
(Name of Purchaser)
WHEREAS ................................................................... (Name of Supplier/ service provider)
Hereinafter called "the Supplier/ service provider " has undertaken, in pursuance of Contract (Notification of Award) No.................
dated,........... 20... to supply...................... .................................................(Description of Goods and Services) hereinafter called "the
Contract".
AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall furnish you with a Bank Guarantee by a
recognized bank for the sum specified therein as security for compliance with the Supplier's performance obligations in accordance with
the Contract.
AND WHEREAS we have agreed to give the Supplier a Guarantee:
THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier/ service provider, up to a total of
................................... ........................................ (Amount of the Guarantee in Words and Figures) and we undertake to pay you, upon
your first written demand declaring the Supplier to be in default under the Contract and without cavil or argument, any sum or sums within
the limit of ................................ (Amount of Guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for
your demand or the sum specified therein.
This guarantee is valid until the ......……….day of...................20......
Date......................20......
Signature and Seal of Guarantors
...................................................
...................................................
Address:.......................................
....................................................
.....................................................
[ 28/31 ]
Signature (in ink, with date) and Seal of Bidder/Tenderer
Tender No. OT-60/MNNIT/CIR/MANUAL PROBE STATION
FORMAT-J
CAPABILITY STATEMENT FORM (CSF)
(ON THE LETTER HEAD OF THE BIDDER)
1.
2.
3.
1.
Name & Address of the Bidder
Phone:
Classifications
(1)
Manufacturer
(2)
Authorized Agent
(3)
Dealer
(4)
Others (please specify)
Plant:
(a)
Location
(b)
Description, Type & size of building
(c)
Is property on lease or free hold? If on lease indicate date of expiry of lease in such case
Type of equipment manufactured and supplied during last 2 years.
Name of equipment
2.
Capacity/Size
Nos. manufactured
Types of equipment supplied during last 2 years other than those covered under 4 above.
Name of equipment
Capacity
size & model
Name of Manufacturers &
Country of origin
6.
Turnover for similar equipments sold/ fixed in last two years.
7.
Details of Testing facilities available
a)
b)
c)
8.
9.
10.
Total Nos. supplied in
India
No. of orders on
hand
List testing equipment available
Give details of tests, which can be carried
out on items offered.
Details of the testing organization available
Personnel/Organization:
Give Organization chart for following indicating clearly the No. of employees at various levels.
I.
Quality assurance
II.
Production
III.
Marketing
IV.
Service
V.
Spare parts
VI.
Administrative
Nearest service centers to each of the destination installations:
Location:
_____________________________
Phone No.:
_____________________________
Year of Establishment:
_____________________________
Details of Organization at Service Centre
a)
b)
c)
d)
e)
f)
g)
h)
11.
Nos. of orders on hand
No. of skilled employees
No. of Unskilled employees
No. of Engineering employees
No. of Administrative employees
List of special repair/workshop
Facilities available
The storage space available for spare
Parts (sq. m.)
Value of minimum stock of spares
Available at all the service centers in
Respective currency
Value of the modes/types by number of
Equipment serviced by the centre in the
Last 2 years
__________________________
__________________________
__________________________
__________________________
___________________________
___________________________
___________________________
___________________________
Names of two buyers to whom similar equipment was supplied in the past and to whom reference may be made by the
Purchaser regarding the bidder‟s technical and delivery ability.
1)
2)
____________________________
_________________________
[ 29/31 ]
Signature (in ink, with date) and Seal of Bidder/Tenderer
Tender No. OT-60/MNNIT/CIR/MANUAL PROBE STATION
FORMAT-K
AFFIDAVIT REGARDING BLACKLISTING/ NON-BLACKLISTING FROM TAKING PART IN GOVT.TENDER BY
DOT/GOVT. DEPT
(To be executed on Rs.10/- Stamp paper & attested by Public Notary/Executive Magistrate by the bidder)
I / We Proprietor/ Partner(s)/ Director(s) of M/S. --------------------------------------- hereby declare that the firm/company
namely M/S.----------------------------------------------------------------------------has not been blacklisted or debarred in the past by
MNNIT Allahabad or any other Government organization from taking part in Government tenders.
Or
I / We Proprietor/ Partner(s)/ Director(s) of M/S. ---------------------------------------- hereby declare that the firm/company
namely M/S.-------------------------------------- ---------------------------------------was blacklisted or debarred by MNNIT Allahabad,
or any other Government Department from taking part in Government tenders for a period of ---------- years w.e.f.--------- -------.
The period is over on--------------and now the firm/company is entitled to take part in Government tenders. In case the
above information found false I/We are fully aware that the tender/ contract will be rejected/cancelled by MNNIT
Allahabad, and EMD/SD shall be forfeited. In addition to the above MNNIT Allahabad, will not be responsible to pay the
bills for any completed/ partially completed work.
Signature ………………………………………………………………….……
Name………………………………………………………………………….….
Capacity in which assigned: ………………………………………………..
Name & address of the firm: ………………………………………………...
Date:
Signature of Bidder with seal.
= = = = = = = = == = = = = = = = = = = = = = = = = = = = = = = = = = = = = == = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = =
FORMAT-L
CUSTOM DUTY EXEMPTION CERTIFICATE (CDEC)
[ 30/31 ]
Signature (in ink, with date) and Seal of Bidder/Tenderer
Tender No. OT-60/MNNIT/CIR/MANUAL PROBE STATION
CHAPTER-5
P R I C E B ID ( P A R T - 2 )
Price Schedule Forms for Goods being offered from India & Abroad are given as follows in form of ANNEXURE-D and ANNEXURE-E:
(a)
Annexure-D: Price Schedule for goods being offered from India
(b)
Annexure-E: Price Schedule for goods being offered from Abroad.
ANNEXURE-D
PRICE SCHEDULE FORM FOR GOODS BEING OFFERED FROM INDIA
(ON THE LETTER HEAD OF THE BIDDER)
Name of the Bidder/Tenderer______________________________________ Tender No.____________________________________
1
2
3
4
5
6
7 (=5×6)
8
9
10
11
Sl. No. Item
Country of
Unit
Quantity
Ex-works, Ex-warehouse, ExTotal price Ex- VAT & other
Packing &
Charges for
Installation,
Description origin
show room off the shelf price
Works,
taxes like
forwarding up to inland
Commissioning
(inclusive of all taxes already
Ex-ware house, excise duty
station of
transportation, and training
paid)
Ex-show room payable, if
dispatch
insurance to
Charges, If any
off the shelf
contract is
ultimate
price (inclusive awarded
destination i.e.
of all taxes
MNNIT,
already paid)
Allahabad
Total Bid price in Indian currency_________________
Signature of Bidder________________________
In words:
Name ___________________________________
__________________________________________________________
Business Address_________________________
Note: The cost of optional items shall be indicated separately.
= = = = = = = = == = = = = = = = = = = = = = = = = = = = = = = = = = = = = == = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = =
ANNEXURE-E
PRICE SCHEDULE FORM FOR GOODS BEING OFFERED FROM ABROAD
(ON THE LETTER HEAD OF THE BIDDER)
Name of the Bidder/Tenderer____________________________ TENDER No.______________________________
1
2
3
4
5
6
7 (=(5x6))
8
9
10
Sl.
Item
Country Unit Quantity
Unit price
No. Description
of
origin
FOB (named
FCA
port of
(named
shipment
place of
delivery)
Total price
FOB (named
port of
shipment
FCA
(named
place of
delivery)
Charges for Insurance Total price
Indian Agents
& transportation to
(7+8)
Commission as a percent
port/place of
of FOB /FCA price
destination
included in the Quoted
CIF CIP
price
Ocean
Air
Total Bid price in foreign currency ____________________________________________
In Words: ________________________________________________________________
Indian agents name & address: ___________________________________________
11
Appx.
Shipment
weight and
volume.
Signature of Bidder__________________
Name ____________________________
Business Address___________________
__________________________________
Note: The cost of optional items shall be indicated separately.
[ 31/31 ]
Signature (in ink, with date) and Seal of Bidder/Tenderer